Notice Information
Notice Title
G-Cloud 13 Lot 4
Notice Description
Lot 4 is designed for customers to further compete their requirements for Cloud Support Services to help them transition to cloud software or hosting services, as per the following categories: Suppliers have capability to provide services in all of the following capabilities; Planning - the provision of planning services to enable customers to move to cloud software and/or hosting services. Setup and Migration- the provision of setup and migration services which involves the process of consolidating and transferring a collection of workloads. Workloads can include emails, files, calendars, document types, related metadata, instant messages, applications, user permissions, compound structure and linked components. Security services - Maintain the confidentiality, integrity and availability of services and information, and protect services against threats. Quality assurance and performance testing - Continuously ensure that a service does what it's supposed to do to meet user needs efficiently and reliably. Training Ongoing support - Support user needs by providing help before, during and after service delivery.
Lot Information
Lot 1
Suppliers have capability to provide services in all of the following capabilities; Planning - the provision of planning services to enable customers to move to cloud software and/or hosting services; Setup and Migration- the provision of setup and migration services which involves the process of consolidating and transferring a collection of workloads. Workloads can include emails, files, calendars, document types, related metadata, instant messages, applications, user permissions, compound structure and linked components. Security services - Maintain the confidentiality, integrity and availability of services and information, and protect services against threats. Quality assurance and performance testing - Continuously ensure that a service does what it's supposed to do to meet user needs efficiently and reliably. Training Ongoing support - Support user needs by providing help before, during and after service delivery. Additional information: The professionals used in the delivery of these services must align with the SFIA role profiles. This lot is for further competition only and no Direct Award is permissible.
Renewal: The Framework Agreement duration is for 12 months however the Contracting Authority reserves the right to extend the duration of this Framework Agreement for any period up to a maximum of twelve (12) months from the expiry of the Initial Term
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-031f89
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/036514-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
72300000 - Data services
72400000 - Internet services
Notice Value(s)
- Tender Value
- £1,000,000,000 £1B-£10B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £1,000,000,000 £1B-£10B
Notice Dates
- Publication Date
- 23 Dec 20223 years ago
- Submission Deadline
- 18 May 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Nov 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-031f89-2022-12-23T11:55:25Z",
"date": "2022-12-23T11:55:25Z",
"ocid": "ocds-h6vhtk-031f89",
"description": "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/9dc04c79-6911-4360-8b0f-d73b25b56536 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. CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 4, forty-one (41) suppliers were awarded a place as opposed to the number of forty (40) as was originally stated in the Contract Notice that was published on 08/03.2022",
"initiationType": "tender",
"tender": {
"id": "RM1557.13",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "G-Cloud 13 Lot 4",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "Lot 4 is designed for customers to further compete their requirements for Cloud Support Services to help them transition to cloud software or hosting services, as per the following categories: Suppliers have capability to provide services in all of the following capabilities; Planning - the provision of planning services to enable customers to move to cloud software and/or hosting services. Setup and Migration- the provision of setup and migration services which involves the process of consolidating and transferring a collection of workloads. Workloads can include emails, files, calendars, document types, related metadata, instant messages, applications, user permissions, compound structure and linked components. Security services - Maintain the confidentiality, integrity and availability of services and information, and protect services against threats. Quality assurance and performance testing - Continuously ensure that a service does what it's supposed to do to meet user needs efficiently and reliably. Training Ongoing support - Support user needs by providing help before, during and after service delivery.",
"value": {
"amount": 1000000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Suppliers have capability to provide services in all of the following capabilities; Planning - the provision of planning services to enable customers to move to cloud software and/or hosting services; Setup and Migration- the provision of setup and migration services which involves the process of consolidating and transferring a collection of workloads. Workloads can include emails, files, calendars, document types, related metadata, instant messages, applications, user permissions, compound structure and linked components. Security services - Maintain the confidentiality, integrity and availability of services and information, and protect services against threats. Quality assurance and performance testing - Continuously ensure that a service does what it's supposed to do to meet user needs efficiently and reliably. Training Ongoing support - Support user needs by providing help before, during and after service delivery. Additional information: The professionals used in the delivery of these services must align with the SFIA role profiles. This lot is for further competition only and no Direct Award is permissible.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Agreement duration is for 12 months however the Contracting Authority reserves the right to extend the duration of this Framework Agreement for any period up to a maximum of twelve (12) months from the expiry of the Initial Term"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "72400000",
"description": "Internet services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 40
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-05-18T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"awardPeriod": {
"startDate": "2022-05-18T15:01:00+01:00"
},
"bidOpening": {
"date": "2022-05-18T15:01:00+01:00"
},
"hasRecurrence": true
},
"parties": [
{
"id": "GB-FTS-575",
"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, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3150103503",
"email": "supplier@crowncommercial.gov.uk",
"url": "https://crowncommercialservice.bravosolution.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/ccs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
},
"additionalContactPoints": [
{
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk"
}
]
},
{
"id": "GB-FTS-71787",
"name": "A full list of successful suppliers can be found on Contracts Finder",
"identifier": {
"legalName": "A full list of successful suppliers can be found on Contracts Finder"
},
"address": {
"streetAddress": "A full list of successful suppliers can be found on Contracts Finder",
"locality": "A full list of successful suppliers can be found on Contracts Finder",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"language": "en",
"awards": [
{
"id": "036514-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-71787",
"name": "A full list of successful suppliers can be found on Contracts Finder"
}
]
}
],
"contracts": [
{
"id": "036514-2022-1",
"awardID": "036514-2022-1",
"status": "active",
"value": {
"amount": 1000000000,
"currency": "GBP"
},
"dateSigned": "2022-11-29T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 191
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 108
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 191
}
]
}
}