Notice Information
Notice Title
Future Hosting and Storage Services (FHAS)
Notice Description
The Defra DDTS (Digital, Data, Technology & Security Services) provides digital services to six organisations within the Defra Group (Authority; Environment Agency; Rural Payments Agency; Animal and Plant Health Agency; Natural England; and Marine Management Organisation), serving locations throughout the UK. Within DDTS resides Group Infrastructure and Operations (GIO), providing critical end-to-end technology services and support to c. 33,000 colleagues across the Defra Group. The Future Hosting and Storage Services (FHAS) will include at its core the following activities: * Data Centre Facilities Management and Site Services (On-Premises). * Cloud Hosting Services o Infrastructure as a Service (IaaS). o Platform as a Service (PaaS). o Software as a Service (SaaS). * Cloud Engineering Services. * Cost Management and Optimisation (FinOps); and * Transformational Services Infrastructure Services * Optional Services The Procurement is being conducted under the Procurement Act 2023, using the Competitive Flexible Procedure (CFP) to provide the optimum outcome for the Authority.
Lot Information
Lot 1
Options: The Authority will have the right, and the Supplier will have the obligation to perform, the optional services set out in the Descriptive Document and the Services Description in Schedule 2 of the draft contract.
Renewal: The contract may be extended on the Authority's option for two further periods, each of twelve months (5+1+1), for a total potential contract duration of seven years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-051e88
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/049845-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
48 - Software package and information systems
50 - Repair and maintenance services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
30233100 - Computer storage units
48810000 - Information systems
50312610 - Maintenance of information technology equipment
72000000 - IT services: consulting, software development, Internet and support
72212780 - System, storage and content management software development services
72222300 - Information technology services
72317000 - Data storage services
Notice Value(s)
- Tender Value
- £245,500,000 £100M-£1B
- Lots Value
- £245,500,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Aug 20253 months ago
- Submission Deadline
- 22 Aug 2025Expired
- Future Notice Date
- 17 Jun 2025Expired
- Award Date
- Not specified
- Contract Period
- 31 Jul 2026 - 31 Jul 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
- Contact Name
- Gary Hayes and Mamun Islam
- Contact Email
- gary.hayes@defra.gov.uk
- Contact Phone
- 07484681649
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DF
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLI London
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/049845-2025
19th August 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/049843-2025
19th August 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/047419-2025
8th August 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/025089-2025
22nd May 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-4162
Competitive Flexible Procedure Overview
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-051e88-2025-08-19T13:55:40+01:00",
"date": "2025-08-19T13:55:40+01:00",
"ocid": "ocds-h6vhtk-051e88",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "025089-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/025089-2025",
"datePublished": "2025-05-22T15:19:17+01:00",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-PPON-PNBD-3289-CDGX",
"name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS",
"identifier": {
"scheme": "GB-PPON",
"id": "PNBD-3289-CDGX"
},
"address": {
"streetAddress": "Seacole Building, 2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"name": "Gary Hayes and Mamun Islam",
"email": "gary.hayes@defra.gov.uk",
"telephone": "07484681649"
},
"roles": [
"buyer"
],
"details": {
"url": "https://defra-family.force.com/s/Welcome",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PNBD-3289-CDGX",
"name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS"
},
"tender": {
"id": "C25613",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Future Hosting and Storage Services (FHAS)",
"description": "The Defra DDTS (Digital, Data, Technology & Security Services) provides digital services to six organisations within the Defra Group (Authority; Environment Agency; Rural Payments Agency; Animal and Plant Health Agency; Natural England; and Marine Management Organisation), serving locations throughout the UK. Within DDTS resides Group Infrastructure and Operations (GIO), providing critical end-to-end technology services and support to c. 33,000 colleagues across the Defra Group. The Future Hosting and Storage Services (FHAS) will include at its core the following activities: * Data Centre Facilities Management and Site Services (On-Premises). * Cloud Hosting Services o Infrastructure as a Service (IaaS). o Platform as a Service (PaaS). o Software as a Service (SaaS). * Cloud Engineering Services. * Cost Management and Optimisation (FinOps); and * Transformational Services Infrastructure Services * Optional Services The Procurement is being conducted under the Procurement Act 2023, using the Competitive Flexible Procedure (CFP) to provide the optimum outcome for the Authority.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
{
"scheme": "CPV",
"id": "50312610",
"description": "Maintenance of information technology equipment"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "48810000",
"description": "Information systems"
},
{
"scheme": "CPV",
"id": "72317000",
"description": "Data storage services"
},
{
"scheme": "CPV",
"id": "72212780",
"description": "System, storage and content management software development services"
},
{
"scheme": "CPV",
"id": "30233100",
"description": "Computer storage units"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 294600000,
"amount": 245500000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-08-01T00:00:00+01:00",
"endDate": "2031-07-31T23:59:59+01:00",
"maxExtentDate": "2033-07-31T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 294600000,
"amount": 245500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Potential Suppliers Solution",
"description": "Suppliers scores for Core Services will account for 35% of their final score Technical Score (out of 70%). .Suppliers Solution services submissions will be scored using the following criteria: Quality - 70% Price - 30% Please see the tender documentation for more details.",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Security Solution",
"description": "Suppliers scores for Security Core Services will account for 5% of their final score Technical Score (out of 70%). Suppliers Security Solution services submissions will be scored using the following criteria: Quality - 70% Price - 30% Please see the tender documentation for more details.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Sustainability and Social Value",
"description": "Suppliers scores for Sustainability and Social Value (S&SV) will account for 35% of their final score Technical Score (out of 70%). S&SV services submissions will be scored using the following criteria: Quality - 70% Price - 30% Please see the tender documentation for more details.",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Implementation Services",
"description": "Suppliers scores for Implementation Services will account for 15% of their final score Technical Score (out of 70%). Suppliers Implementation Solution services submissions will be scored using the following criteria: Quality - 70% Price - 30% Please see the tender documentation for more details.",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Price - 30 Total Cost of Solution 22.5% Transformation Scenario - Data Centre Exit 2.5% Rate Card Scenario - Blended Cost for Project Services 5%",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "N/A"
},
{
"type": "technical",
"description": "N/A"
},
{
"description": "As described in Conditions of Participation document.",
"forReduction": true
}
]
},
"renewal": {
"description": "The contract may be extended on the Authority's option for two further periods, each of twelve months (5+1+1), for a total potential contract duration of seven years."
},
"hasOptions": true,
"options": {
"description": "The Authority will have the right, and the Supplier will have the obligation to perform, the optional services set out in the Descriptive Document and the Services Description in Schedule 2 of the draft contract."
}
}
],
"communication": {
"futureNoticeDate": "2025-06-17T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Authority requires any Potential Supplier to complete a Non-Disclosure Agreement (NDA) prior to getting access to the full documentation set. In order to request the NDA please email Gary.Hayes@defra.gov.uk and Mamun.Islam@defra.gov.uk using the email title, 'FHAS Potential Supplier'. Please include the following information in your email: Company name. Company number. Contact details including email, telephone and preferred person to contact. The Tender will be split into the following high-level stages: Stage One: Requests to Participate and PSQ which will be used to down-select to a range of 3 - 5 Suppliers Stage Two: Invitation to Submit Initial Tender (ISIT) Stage Optional Stage Three: Interim Down Selection ((The Authority may take a minimum of one (1) and a maximum of (5) suppliers through to the next phase of dialogue/negotiations if the interim down-selection is utilised. Further details of the approach used to determine how many Potential Suppliers will progress through to further negotiation will be included in the Invitation to Submit Initial Tenders)). Stage Four: Dialogue and Negotiations Stage Stage Five: Invitation to Submit Final Tender (ISFT) Stage Stage Six: Identification of Preferred Bidder Stage Seven: Standstill and Contract Award Full details of the process and each stage will be detailed in the Conditions of Participation documentation as well as the ISIT documentation. The Authority anticipates that the procedure will include negotiation at Stage Three and Stage Six. Under the PA2023 Section 24, the Authority may refine an award criterion as part of the competitive flexible procedure. It may also, refine the relative importance of the award criteria. Defra will, following the end of negotiations, consider whether it will refine the relative importance of the award criteria by changing the weighting of each criteria within the limits set out in the table below: Award criteria Weighting at Final Tender Range (Percentage Points) Quality 70% - 20% Price 30% + 20% The Authority intends to use Schedule 5, Paragraph 8 of the PA2023."
},
"coveredBy": [
"GPA",
"CPTPP"
],
"submissionMethodDetails": "All submissions must be made using Defra tender portal: https://atamis-9529.my.site.com/s/Welcome",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-09-04T12:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-08-22T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-08-01T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "A-4162",
"documentType": "biddingDocuments",
"description": "Competitive Flexible Procedure Overview",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-4162",
"format": "application/pdf"
},
{
"id": "047419-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/047419-2025",
"datePublished": "2025-08-08T16:32:00+01:00",
"format": "text/html"
},
{
"id": "049843-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/049843-2025",
"datePublished": "2025-08-19T13:55:15+01:00",
"format": "text/html"
},
{
"id": "049845-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/049845-2025",
"datePublished": "2025-08-19T13:55:40+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "No payment terms in addition to those mentioned in section 68 of the Procurement Act 2023. Full details can be found in Schedule 11 - Charges and Invoicing draft Contract, which can be seen within the Defra Clinked Data Room Service and the Uk Tender Notice documents."
},
"amendments": [
{
"id": "049843-2025",
"description": "The supporting document had an incorrect Participation Stage submission date of 2nd September 2025. The Participation Stage submission date is the 4th September 2025."
},
{
"id": "049845-2025",
"description": "The supporting document had an incorrect Participation Stage submission date of 2nd September 2025. The Participation Stage submission date is the 4th September 2025."
}
]
},
"language": "en"
}