Tender

Future Hosting and Storage Services (FHAS)

  • DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-047419

Procurement identifier (OCID): ocds-h6vhtk-051e88 (view related notices)

Published 8 August 2025, 4:32pm



Scope

Description

The Defra DDTS (Digital, Data, Technology & Security Services) provides digital services to six organisations within the Defra Group (Authority; Environment Agency; Rural Payments Agency; Animal and Plant Health Agency; Natural England; and Marine Management Organisation), serving locations throughout the UK. Within DDTS resides Group Infrastructure and Operations (GIO), providing critical end-to-end technology services and support to c. 33,000 colleagues across the Defra Group. The Future Hosting and Storage Services (FHAS) will include at its core the following activities: • Data Centre Facilities Management and Site Services (On-Premises). • Cloud Hosting Services o Infrastructure as a Service (IaaS). o Platform as a Service (PaaS). o Software as a Service (SaaS). • Cloud Engineering Services. • Cost Management and Optimisation (FinOps); and • Transformational Services Infrastructure Services • Optional Services The Procurement is being conducted under the Procurement Act 2023, using the Competitive Flexible Procedure (CFP) to provide the optimum outcome for the Authority.

Total value (estimated)

  • £245,500,000 excluding VAT
  • £294,600,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 August 2026 to 31 July 2031
  • Possible extension to 31 July 2033
  • 7 years

Description of possible extension:

The contract may be extended on the Authority's option for two further periods, each of twelve months (5+1+1), for a total potential contract duration of seven years.

Options

The right to additional purchases while the contract is valid.

The Authority will have the right, and the Supplier will have the obligation to perform, the optional services set out in the Descriptive Document and the Services Description in Schedule 2 of the draft contract.

Main procurement category

Services

CPV classifications

  • 72222300 - Information technology services
  • 50312610 - Maintenance of information technology equipment
  • 72000000 - IT services: consulting, software development, Internet and support
  • 48810000 - Information systems
  • 72317000 - Data storage services
  • 72212780 - System, storage and content management software development services
  • 30233100 - Computer storage units

Contract locations

  • UK - United Kingdom
  • UKI - London

Participation

Legal and financial capacity conditions of participation

N/A

Technical ability conditions of participation

N/A


Submission

Enquiry deadline

22 August 2025, 12:00pm

Submission type

Requests to participate

Deadline for requests to participate

4 September 2025, 12:00pm

Submission address and any special instructions

All submissions must be made using Defra tender portal: https://atamis-9529.my.site.com/s/Welcome

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

3 to 5 suppliers

Selection criteria:

As described in Conditions of Participation document.

Award decision date (estimated)

1 August 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Potential Suppliers Solution

Suppliers scores for Core Services will account for 35% of their final score Technical Score (out of 70%). .Suppliers Solution services submissions will be scored using the following criteria: Quality...

Quality 35.00%
Price

Price - 30 Total Cost of Solution 22.5% Transformation Scenario - Data Centre Exit 2.5% Rate Card Scenario - Blended Cost for Project Services 5%

Price 30.00%
Sustainability and Social Value

Suppliers scores for Sustainability and Social Value (S&SV) will account for 35% of their final score Technical Score (out of 70%). S&SV services submissions will be scored using the following...

Quality 15.00%
Implementation Services

Suppliers scores for Implementation Services will account for 15% of their final score Technical Score (out of 70%). Suppliers Implementation Solution services submissions will be scored using the...

Quality 15.00%
Security Solution

Suppliers scores for Security Core Services will account for 5% of their final score Technical Score (out of 70%). Suppliers Security Solution services submissions will be scored using the following...

Quality 5.00%

Other information

Payment terms

No payment terms in addition to those mentioned in section 68 of the Procurement Act 2023. Full details can be found in Schedule 11 - Charges and Invoicing draft Contract, which can be seen within the Defra Clinked Data Room Service and the Uk Tender Notice documents.

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The Authority requires any Potential Supplier to complete a Non-Disclosure Agreement (NDA) prior to getting access to the full documentation set. In order to request the NDA please email Gary.Hayes@defra.gov.uk and Mamun.Islam@defra.gov.uk using the email title, 'FHAS Potential Supplier'. Please include the following information in your email: Company name. Company number. Contact details including email, telephone and preferred person to contact. The Tender will be split into the following high-level stages: Stage One: Requests to Participate and PSQ which will be used to down-select to a range of 3 - 5 Suppliers Stage Two: Invitation to Submit Initial Tender (ISIT) Stage Optional Stage Three: Interim Down Selection ((The Authority may take a minimum of one (1) and a maximum of (5) suppliers through to the next phase of dialogue/negotiations if the interim down-selection is utilised. Further details of the approach used to determine how many Potential Suppliers will progress through to further negotiation will be included in the Invitation to Submit Initial Tenders)). Stage Four: Dialogue and Negotiations Stage Stage Five: Invitation to Submit Final Tender (ISFT) Stage Stage Six: Identification of Preferred Bidder Stage Seven: Standstill and Contract Award Full details of the process and each stage will be detailed in the Conditions of Participation documentation as well as the ISIT documentation. The Authority anticipates that the procedure will include negotiation at Stage Three and Stage Six. Under the PA2023 Section 24, the Authority may refine an award criterion as part of the competitive flexible procedure. It may also, refine the relative importance of the award criteria. Defra will, following the end of negotiations, consider whether it will refine the relative importance of the award criteria by changing the weighting of each criteria within the limits set out in the table below: Award criteria Weighting at Final Tender Range (Percentage Points) Quality 70% - 20% Price 30% + 20% The Authority intends to use Schedule 5, Paragraph 8 of the PA2023.


Documents

Associated tender documents

Tender Notice - Supporting Document CFP.pdf

Competitive Flexible Procedure Overview


Contracting authority

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

  • Public Procurement Organisation Number: PNBD-3289-CDGX

Seacole Building, 2 Marsham Street

London

SW1P 4DF

United Kingdom

Contact name: Gary Hayes and Mamun Islam

Telephone: 07484681649

Email: gary.hayes@defra.gov.uk

Website: https://defra-family.force.com/s/Welcome

Region: UKI32 - Westminster

Organisation type: Public authority - central government