Cloud Compute Framework for UK Government and Public Sector
The main purpose of this Framework Agreement is to put in place a route for UK public sector organisations to buy their Infrastructure as a Service and Platform as a Service requirements directly from the owners of public cloud platforms.
United Kingdom-Liverpool: Computer-related services
2020/S 237-586968
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
NUTS code: UK UNITED KINGDOM
Postal code: L3 9PP
Country: United Kingdom
E-mail: info@crowncommercial.gov.uk
Telephone: +44 3150103503
Internet address(es):
Main address: https://www.gov.uk/ccs
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Cloud Compute
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Crown Commercial Service as the contracting authority is putting in place a Pan Government Collaborative 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 and local authorities. This will be a route to market for eligible user organisations to procure their scalable cloud hosting requirements as more specifically described in section II.2.4).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The main purpose of this framework agreement is to put in place a route for UK public sector organisations (Buyers) to buy their Infrastructure as a Service (IaaS) and Platform as a Service (PaaS) requirements directly from the owners of public cloud platforms (Suppliers).
The scope is necessarily restricted to ‘pure’ compute requirements which do not require additional services such as design, detailed configuration, tailoring or any ongoing management or professional services to assist with data migration in/out. The services can most simply and usefully be thought of as a commodity ‘utility’ service where Buyers connect to and and use the Supplier’s platform and processing resources for their own requirements, subject to acceptable use policies and compliance with law. Examples could include the development of new software applications or to manipulate large sets of data such as weather prediction or modelling medical scenarios, and particularly the ability for the services to be rapidly scalable at short notice.
This framework agreement will offer self-serve functionality to Buyers with the protection of appropriate and robust contract conditions which have been specially developed for this purpose.
Bidders should note the following key requirements to participate in the procurement of this framework agreement:
1) you must have full and exclusive control of the infrastructure which underpins the platform used to provide the services;
2) you must use the Public Cloud Deployment Model here: https://nvlpubs.nist.gov/nistpubs/Legacy/SP/nistspecialpublication800-145.pdf to provide the services;
3) you must be capable of providing the services primarily from within the UK (where specifically required by Buyers);
4) you must be able to offer a platform availability of 99.9 % across an all day every day baseline;
5) you must provide one example of a contract where you have delivered services using the Public Cloud Deployment Model to a customer organisation (public or private sector) in Europe during the last 3 years.
Please refer to Framework Schedule 2 (Services) for the full scope of the services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
With reference to II.2.7) please note the duration of the framework agreement will be a maximum of 48 months, with the first term being 24 months, with a possible extension of 2 (two) 12-month periods.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
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.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/a7f78749-40d7-4c19-a265-4489ad156521
1) contract notice transparency information for the agreement;
2) contract notice authorised customer list;
3) rights reserved for CCS framework.
On 2 April 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 should 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 must be able to demonstrate they comply with the technical requirements prescribed by cyber essentials, for services under and in connection with this procurement.
Please note:
All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by accreditation bodies other than IASME.
On 30 June 2021, any certificate issued under the old scheme will expire.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information
We intend to hold a broadcast webinar during the week commencing 7 December 2020 to explain the requirement and process for bidding in greater detail. Further information on this including how to register is available at https://www.crowncommercial.gov.uk/agreements/RM6111
CCS reserves the right to award a framework to any bidder whose final score is within 1 % of the last position. Further information can be found within attachment 2 — How to Bid
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
VI.4.1)Review body
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3450103503
Internet address: https://www.crowncommercial.gov.uk/
VI.5)Date of dispatch of this notice: