Tender

Future Hosting and Storage Services (FHAS)

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

This public procurement record has 4 releases in its history.

TenderUpdate

19 Aug 2025 at 12:55

TenderUpdate

19 Aug 2025 at 12:55

Tender

08 Aug 2025 at 15:32

Planning

22 May 2025 at 14:19

Summary of the contracting process

The Department of Environment, Food and Rural Affairs (Defra) is seeking suppliers for its "Future Hosting and Storage Services (FHAS)" contract, aimed at providing digital services to various organisations within the Defra Group across the UK. The procurement is currently at the Tender stage under a Competitive Flexible Procedure. The procurement method is selective, which involves various stages from expressing interest to final contract award, with initial engagement deadlines being as early as 4th September 2025. The total projected contract value is £294.6 million, with a duration from 2026 to 2031, potentially extendable up to two years beyond. The procurement encompasses services such as Data Centre Facilities Management, Cloud Hosting, and System Management under a main procurement category of services.

This tender presents significant business growth opportunities, especially for companies in the IT services and cloud computing sectors. Businesses with capabilities in Data Centre management, cloud hosting (IaaS, PaaS, SaaS), and cloud engineering services are particularly well-suited to bid for this contract. The focus on cost management and FinOps within the procurement also opens up opportunities for firms specialising in financial optimisation of IT resources. Participating in this competitive process can forge long-term relationships with a central government department, offering substantial potential in terms of revenue and prestige. Qualified suppliers are required to secure non-disclosure agreements prior to assessment, highlighting the high-value nature of this procurement.

How relevant is this notice?

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

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-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"
}