Award

G-Cloud 13 Lot 4

THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

This public procurement record has 2 releases in its history.

Award

23 Dec 2022 at 11:55

Tender

08 Mar 2022 at 22:45

Summary of the contracting process

The contracting process involves the procurement of IT services under the G-Cloud 13 Lot 4 framework agreement by the Minister for the Cabinet Office acting through Crown Commercial Service. The procurement stage is complete, with a contract award dated 29th November 2022, valued at £1 billion GBP. This tender opportunity is in the services category, focusing on cloud support services, and the location is in the UK. The framework allows for ongoing competitions with a focus on quality and price criteria. The main procurement method used is the open procedure.

This tender presents an opportunity for businesses offering IT services, consulting, software development, and internet support to compete for contracts in providing cloud support services. Suitable businesses must have the capability to provide planning, setup and migration, security services, quality assurance, performance testing, training, and ongoing support. Interested businesses should align with the requirements of the G-Cloud 13 Lot 4 framework agreement and adhere to the Cyber Essentials scheme for mandatory cyber security standards. Therefore, businesses in the IT industry with expertise in cloud services and a focus on quality assurance are well-suited to participate in this competitive 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 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

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

A FULL LIST OF SUCCESSFUL SUPPLIERS CAN BE FOUND ON CONTRACTS FINDER

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-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
            }
        ]
    }
}