Cloud Compute 2

A Contract Award Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
not specified
Value
£1B
Sector
TECHNOLOGY
Published
14 Dec 2023
Delivery
not specified
Deadline
n/a

Concepts

Location

Liverpool

Geochart for 2 buyers and 1 suppliers

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.

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.

2 Value Added Ancillary Services

Value-Added Ancillary Services including cloud optimisation, economic management of the Core Services and transition away from legacy technology.

3 Professional Services

Professional Services including consultancy, training, cloud auditing, strategy development and road mapping.

4 Cloud Secure +

Cloud Secure+, including value-added ancillary services and Professional Services suitable for UK Secret requirements according to NCSC higher security classification.

Award Detail

1 See Contracts Finder Notice for Full Supplier List (Liverpool)
  • Num offers: 123
  • Value: £1,305,000,000

Award Criteria

Quality 90.0
PRICE 10.0

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

  • Award on basis of price.

Other 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-b303-77d390.... 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.

Reference

Domains