Awarded contract

Cloud Compute 2

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

F03: Contract award notice

Notice reference: 2023/S 000-036728

Published 14 December 2023, 9:26am



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 3454102222

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

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

Email

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom