Cloud Compute 2
A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- £1B
- Sector
- TECHNOLOGY
- Published
- 30 Jun 2023
- Delivery
- To 17 Jul 2027 (est.)
- Deadline
- 07 Aug 2023 13:59
Concepts
Location
United Kingdom:
1 buyer
Description
Crown Commercial Service (CCS) as the Authority is putting 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.
Lot Division
1 | Core Services
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. Additional information: All compliant Bidders who meet the Quality Threshold, as stated in Attachment 2 - How to bid, will be awarded a place on Lot 1. Additional information can be found within the Bid Pack. |
2 | Value Added Ancillary Services
Value-Added Ancillary Services including cloud optimisation, economic management of the Core Services and transition away from legacy technology. Additional information: Only the services of Cloud Service Suppliers who are successful on Lot 1 will be eligible to be resold by Lot 2 Suppliers. Additional information can be found within the Bid Pack. 30 (thirty) Bidders will be awarded a place on Lot 2, subject to the 1% rule as detailed in section 12.2 of Attachment 2 - How to Bid. |
3 | Professional Services
Professional Services including consultancy, training, cloud auditing, strategy development and road mapping. Additional information: 60 (sixty) Bidders will be awarded a place on Lot 3, subject to the 5% rule as detailed in section 12.2 of Attachment 2 - How to Bid. |
4 | Cloud Secure+
Cloud Secure+, including value-added ancillary services and Professional Services suitable for UK Secret requirements according to NCSC higher security classification. Additional information: All compliant Bidders who meet the Quality Threshold, as stated in Attachment 2 - How to bid, will be awarded a place on Lot 4. |
Award Criteria
Quality | 90 |
price | 10 |
CPV Codes
- 72500000 - Computer-related services
- 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
- 72600000 - Computer support and consultancy services
- 72611000 - Technical computer support services
- 72800000 - Computer audit and testing services
Indicators
- Restrictions apply to the lot award allocation.
- This is a one-off contract (no recurrence)
- Renewals are available.
- Professional qualifications are sought.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/7f583b3e-5ed3-4748-8093-52e128... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the Framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserves the right to award a framework to any Bidder whose final score is within 1% of the last position for Lot 2, and within 5% for Lot 3. There is no limit to the number of Bidders who can be successful in Lots 1 and 4. CCS intends to host a webinar following the launch of the procurement. This will take place on 7th July 2023. If you are interested in attending the webinar session please express your interest by emailing rm6111@crowncommercial.gov.uk and further details will be provided to you via the eSourcing tool. The webinar is being hosted by the current Cloud Compute (RM6111) team. Your email must clearly state the name of your organisation and contact details for the individual(s) who will attend the webinar. Registration details will be sent to the email address provided when registering interest. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Reference
- ocds-h6vhtk-03ddd7
- FTS 018666-2023