Tender

G-Cloud 12

THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

TenderUpdate

06 May 2021 at 21:55

Summary of the contracting process

The Crown Commercial Service, acting on behalf of the Minister for the Cabinet Office, has initiated the G-Cloud 12 procurement process, focusing on software package and information systems within the goods category. This process is currently at the Tender stage and includes a framework agreement aimed at UK public sector bodies, such as central government departments, NHS bodies, and local authorities. The framework will allow for Call-Off Contracts with a maximum initial duration of 24 months, with an option for two extensions of up to 12 months each. Key information regarding this tender can be accessed through the provided links, with the procurement having been publicly updated on 6th May 2021.

This tender presents significant opportunities for businesses in the IT and software sector, particularly those who can offer innovative cloud solutions and information systems. Suppliers that cater to public sector needs and have experience with IT service delivery may find this procurement particularly beneficial. As the G-Cloud services involve frequent refreshes to incorporate new suppliers, businesses that stay agile and adapt to evolving service requirements will have a competitive advantage in this procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

G-Cloud 12

Notice Description

Crown Commercial Service as the Contracting Authority has put in place a Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities and Universities. The maximum initial duration of any Call-Off Contract that is placed by an eligible Contracting Authorities is 24 months with two extensions allowed, each of up to 12 months. G-Cloud services, available via the Digital Marketplace, require frequent procurement refreshes to bring on new suppliers and services. New iterations of this Framework have been considered at a frequency of 12 months depending on demand and/or availability of new services as the IT Cloud market develops.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ae1c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009899-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48000000 - Software package and information systems

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 May 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
Contact Name
Not specified
Contact Email
supplier@crowncommercial.gov.uk
Contact Phone
+44 3150103503

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02ae1c-2021-05-06T22:55:04+01:00",
    "date": "2021-05-06T22:55:04+01:00",
    "ocid": "ocds-h6vhtk-02ae1c",
    "initiationType": "tender",
    "tender": {
        "id": "RM1557.12",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "G-Cloud 12",
        "classification": {
            "scheme": "CPV",
            "id": "48000000",
            "description": "Software package and information systems"
        },
        "mainProcurementCategory": "goods",
        "description": "Crown Commercial Service as the Contracting Authority has put in place a Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities and Universities. The maximum initial duration of any Call-Off Contract that is placed by an eligible Contracting Authorities is 24 months with two extensions allowed, each of up to 12 months. G-Cloud services, available via the Digital Marketplace, require frequent procurement refreshes to bring on new suppliers and services. New iterations of this Framework have been considered at a frequency of 12 months depending on demand and/or availability of new services as the IT Cloud market develops.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "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 documents can be accessed at; https://www.contractsfinder.service.gov.uk/Notice/3426891f-32e1-4b9c-bfcf-2b3452e901d3"
                        },
                        "newValue": {
                            "text": "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 documents List of Successful Suppliers; Customer list can be accessed at; https://www.contractsfinder.service.gov.uk/Notice/3426891f-32e1-4b9c-bfcf-2b3452e901d3 On 2.4.2014 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 Bidders should note that, in accordance with the UK Government's policies on transparency, the Authority intends to publish the Invitation to Tender (ITT) documents and the text of any Framework Contract awarded, subject to possible redactions at the discretion of the Authority. The terms of the proposed Framework Contract will also permit a Buyer, awarding a contract under this Framework Contract, to publish the text of that contract, subject to possible redactions at the discretion of the Buyer. For further information on Procurement and contracting transparency requirements please visit: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance"
                        },
                        "where": {
                            "section": "VI.3",
                            "label": "Additional information"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-3755",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital Building, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3150103503",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-3755",
        "name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:554990-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}