G-Cloud 12 – Crown Commercial Service Framework
Cloud Hosting – Lot No: 1. Cloud Software – Lot No: 2. Cloud Support – Lot No: 3.
United Kingdom-Liverpool: Software package and information systems
2020/S 045-107620
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: The Capital Building, Old Hall Street
Town: Liverpool
NUTS code: UK
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3454102222
Internet address(es):Main address: https://www.gov.uk/ccs
Address of the buyer profile: https://www.crowncommercialservice.bravosolution.gov.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
G-Cloud 12
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 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, local authorities and universities.
The maximum initial duration of any call-off contract that may be placed by an eligible contracting authorities is 24 months with two extensions allowed, each of up to 12 months.
G-Cloud services, available via the digital marketplace, will require frequent procurement refreshes to bring on new suppliers and services. New iterations of this framework are being considered at a frequency of 12 months depending on demand and/or availability of new services as the IT Cloud market develops.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Cloud Hosting
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
II.2.4)Description of the procurement:
Cloud hosting services sold through G-Cloud are cloud platform or infrastructure Services that can help buyers do at least one of the following:
Deploy, manage and run software provision and use processing, storage or networking resources.
Buyers only need to pay for what they use.
The G-Cloud cloud hosting lot is equivalent to the National Institute of Standards and Technology (NIST) definitions of ‘Platform as a Service’ and ‘Infrastructure as a Service’:
http://nvlpubs.nist.gov/nistpubs/Legacy/SP/nistspecialpublication800-145.pdf
G-Cloud cloud hosting suppliers will provide services in at least one of these categories:
Archiving, backup and disaster recovery
Compute and application hosting
Container service
Content delivery network
Cyber security
Database
Data warehousing
NoSQL database
Relational database
Load balancing
Logging and analysis
Message queuing and processing
Networking (including Network as a Service)
Platform as a Service (PaaS)
Infrastructure and platform security
Distributed denial of service attack (DDOS) protection
Firewall
Service intrusion detection
Protective monitoring
Search
Storage
Block storage
Object storage.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Cloud Software
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
II.2.4)Description of the procurement:
Cloud Software Services sold through G-Cloud are applications that are accessed over the internet and hosted in the cloud. Buyers only need to pay for what they use.
The G-Cloud cloud software lot is equivalent to the National Institute of Standards and Technology (NIST) definition of Software as a Service:
http://nvlpubs.nist.gov/nistpubs/Legacy/SP/nistspecialpublication800-145.pdf
G-Cloud cloud software suppliers will provide cloud software services in at least one of these categories:
Accounting and finance
Analytics and business intelligence
Application security
Collaborative working
Creative, design and publishing
Customer relationship management (CRM)
Cyber security
Electronic document and records management (EDRM)
Healthcare
Human resources and employee management
Information and communication technology (ICT)
Legal and enforcement
Marketing
Operations management
Project management and planning
Sales
Schools, education and libraries
Software development tools
Transport and logistics
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Cloud Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
II.2.4)Description of the procurement:
Cloud support services sold through G-Cloud can help buyers set up and maintain their cloud software.
G-Cloud cloud support suppliers will provide Services in at least one of these categories:
Non-accredited cyber security services
Planning
Setup and migration
Testing
Training
Ongoing support
Additional services, through lot 3 only, must support buyers in their transition to cloud services.
A description for additional services must be included by the Supplier and it must be G-Cloud service-related. Additional services must help the supplier with its main G-Cloud services offering. Non-G-Cloud services will be removed from the digital marketplace.
Additional services must not include:
Services that aren’t cloud-related recruitment or contractor (contingent labour) Services or Services that are inside IR35 ‘colocation’ services, for example space the buyer rents from a supplier’s
Datacentre
Hardware
Bespoke design or development
The buyer doesn’t have to buy any additional services from the supplier and can buy services that are the same as or similar to the additional services from any third party.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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
Bidders 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
Bidders 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’).
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
Electronically, via web-based portal.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Potential Bidders should note that, in accordance with the UK Government’s policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender document and the text of any framework agreement awarded, subject to possible redactions at the discretion of Crown Commercial Service. The terms of the proposed framework agreement will also permit a public sector contracting authority, awarding a contract under this framework agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirementsguidance
Crown Commercial Service expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will Crown Commercial Service be liable for any costs incurred by the Potential Providers. If Crown Commercial Service decides to enter into a framework agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential providers. Any orders placed under this framework agreement will form a separate contract under the scope of this framework between the Supplier and the specific requesting other contracting authority(s). Crown Commercial Service and other contracting authorities utilising the framework agreement reserve the right to use any electronic portal during the life of the agreement. The duration referenced in Section II.1.4) is for the placing of orders.
The value provided in Section II.1.4) is only an estimate. We cannot guarantee Suppliers any business through this framework agreement. Crown Commercial Service wishes to establish a framework agreement for use by the following UK public sector bodies (and any future successors to these organisations)
As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/2cc07a58-348f-447a-913c-e664fb99f8f2
Please note that the envisaged maximum number of participants to the framework agreement is unlimited, section IV.1.3) states 999 as this is the highest value that we can enter on the OJEU notice.
VI.4.1)Review body
Postal address: 9th Floor, The Capital Building, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
VI.5)Date of dispatch of this notice: