Tender for G-Cloud Services III
Nationwide software solutions for UK public sector. Maximum number of participants to the framework agreement envisaged: 999.
UK-Liverpool: Software package and information systems
2013/S 011-014199
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Government Procurement Service
9th Floor, The Capital, Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
Telephone: +44 3450103503
E-mail: supplier@gps.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://gps.cabinetoffice.gov.uk
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirements overseas.
NUTS code UK
maximum number of participants to the framework agreement envisaged: 999
Duration of the framework agreement
Duration in years: 1
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 200 000 000 GBP
The above Public Sector Bodies have a need for a compliant Procurement Vehicle to access Cloud Computing Services.
Government Procurement Service reserves the right for an electronic auction to be held by Public Sector bodies during further competition among the parties to the Framework Agreement(s).
This framework will be a recurring framework, the maxium duration of any Call-Off Contract that may be placed by an eligible Contracting Body is 24 months.
The G-Cloud framework catalogue, known as Cloudstore, will require frequent procurement refreshes to bring on new suppliers and services. Refreshes are being considered at a varying frequency of 3-12 months depending on demand and/or availability of new services as the IT Cloud market develops.
To lessen the administrative burden on suppliers with frequent G-Cloud OJEU procurements, the concept of automatically pre-qualifying Suppliers will be introduced with this and for subsequent G-Cloud procurement iterations.
Pre-Qualification Mechanism
At the next G-Cloud procurement (which will be called G-Cloud Services iv) existing G-Cloud suppliers will be able to resubmit their existing G-Cloud III services for inclusion without the need to compile new tender documentation,thereby allowing the Contracting Authority to use their previous tender submission. To be eligible for this pre-qualification the following criteria must be met by the incumbent supplier:
— The supplier must have existing and previously tendered services within the G-Cloud Services x family of linked procurements starting from this procurement G-Cloud Services iii December 2012;
— The supplier cannot add new services in the pre-qualification;
— The supplier T&C’s as submitted with the original tender for the service cannot be changed.
PLEASE NOTE: Any new services and/or changed T&C’s must be submitted via a full tender submission.
At the publication of a G-Cloud Services x procurement iteration suppliers with existing G-Cloud services will be asked whether they wish to pre-qualify those services as part of the new procurement and for those services to remain active for the duration of that framework iteration.
If the supplier does not confirm the desire to pre-qualify their services, either by declining or remaining silent, their services will cease to be available through the catalogue automatically on the expiry date of the associated G-Cloud Services x procurement iteration pre-defined when the catalogue is loaded.
If the supplier wishes to pre-qualify their services the existing catalogue entry will be re-loaded with the revised new procurement iteration expiry date at the same time as any new tendered services from existing and new suppliers are loaded.
48000000, 72000000, 72500000
Tenders may be submitted for one or more lots
Estimated value excluding VAT: 200 000 000 GBP
Information about lots
Lot No: 1 Lot title: Infrastructure As A Service (IaaS)
the capability provided to the consumer is to provision processing, storage, networks, and other fundamental computing resources where the consumer is able to deploy and run arbitrary software, which can include operating systems and applications. The consumer does not manage or control the underlying cloud infrastructure but has control over operating systems, storage, and deployed applications; and possibly limited control of select networking components (e.g., host firewalls).
72500000
the capability provided to the consumer is to provision processing, storage, networks, and other fundamental computing resources where the consumer is able to deploy and run arbitrary software, which can include operating systems and applications. The consumer does not manage or control the underlying cloud infrastructure but has control over operating systems, storage, and deployed applications; and possibly limited control of select networking components (e.g., host firewalls).
the capability provided to the consumer is to deploy onto the cloud infrastructure consumer-created or acquired applications created using programming languages, libraries, services, and tools supported by the provider.3 The consumer does not manage or control the underlying cloud infrastructure including network, servers, operating systems, or storage, but has control over the deployed applications and possibly configuration settings for the application-hosting environment.
72500000
the capability provided to the consumer is to deploy onto the cloud infrastructure consumer-created or acquired applications created using programming languages, libraries, services, and tools supported by the provider.3 The consumer does not manage or control the underlying cloud infrastructure including network, servers, operating systems, or storage, but has control over the deployed applications and possibly configuration settings for the application-hosting environment.
the capability provided to the consumer is to use the provider’s applications running on a cloud infrastructure. The applications are accessible from various client devices through either a thin client interface, such as a web browser (e.g., web-based email), or a program interface. The consumer does not manage or control the underlying cloud infrastructure including network, servers, operating systems, storage, or even individual application capabilities, with the possible exception of limited user-specific application configuration settings.
72500000
the capability provided to the consumer is to use the provider’s applications running on a cloud infrastructure. The applications are accessible from various client devices through either a thin client interface, such as a web browser (e.g., web-based email), or a program interface. The consumer does not manage or control the underlying cloud infrastructure including network, servers, operating systems, storage, or even individual application capabilities, with the possible exception of limited user-specific application configuration settings.
Onboarding services
Design Authority
Business Analysis
Design and Development
Project Specification and Selection
Deployment
Transition Management
User Management
Agile: development and management
Service Integration and Management Services (SIAM):
– Enterprise Architecture
– Project Management, Programme
Management and Governance
– Service and Systems Integration
– Service Management
– Software Support
– Helpdesk
72500000
Onboarding services
Design Authority
Business Analysis
Design and Development
Project Specification and Selection
Deployment
Transition Management
User Management
Agile: development and management
Service Integration and Management Services (SIAM):
– Enterprise Architecture
– Project Management, Programme
Management and Governance
– Service and Systems Integration
– Service Management
– Software Support
– Helpdesk
Section III: Legal, economic, financial and technical information
This procurement will be managed electronically via the Contracting Authority’s e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@gps.gsi.gov.uk
Your email must clearly state: the name and RM reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The Contracting Authority will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the e-Sourcing Suite please contact the Contracting Authority Helpdesk: Freephone: +44 3450103503
email: supplier@gps.gsi.gov.uk
Responses must be published by the date in IV.3.4.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1
The Contracting Authority is not conducting financial checks for appointment to the Framework Agreement. Financial checks may be performed by the Contrating Bodies at the time of Call-Off prior to direct award or as part of the process of a further competition.
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1
The Contracting Authority may have regard to any of the following means in its assessment:
(a) an assessment of the services proposed by the Supplier, the Contracting Authority will publish the minimum set of service criteria that suppliers are required to make visible as part of their catalogue entries and service definitions as part of the ITT.
(b) using a “claims” based approach; the G-Cloud programme will confirm that the service makes clear and unambiguous statements about the published criteria. This will result in a high-level and initial G-Cloud Assurance.
Section IV: Procedure
Place:
Electronically, via web-based portal.
Section VI: Complementary information
Estimated timing for further notices to be published: No more often than every 3 months and no less often than every 12 months.
http://gps.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/transparency-procurement
The Contracting Authority expressly reserves the right (i) not to award any Call-Off 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 the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority 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 suppliers. 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 body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
The Contracting Authority wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
Central Government Departments, Executive Agencies and NDPBs
The government departments detailed in the following list are likely to use the contract, which includes ‘the Ministry of Defence and its agencies, trading funds and non departmental public bodies’, the Ministry of Justice and its agencies, trading funds and non departmental public bodies’ as well as any other UK government department listed at the following link:
http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm
Public Corporations
Link to be identified – in the meantime please list as below
British Broadcasting Corporation (BBC)
BNFL plc
Export Credits Guarantee Department
Nuclear Decommissioning Authority
Royal Mail Group plc
United Kingdom Atomic Energy Authority
Urenco
Partnerships UK
Royal Mint
ABRO
Defence Aviation Repair Agency (DARA)
Defence Science and Technology Laboratory (Dstl)
Met Office
UK Hydrographic Office
Forensic Science Service
NATS
Actis Capital LLP
CDC Group plc
Working Links Limited
British Waterways Authority
Covent Garden Market Authority
Channel 4
The Tote
Ordnance Survey
QEII Conference Centre
Northern Ireland Water
Scottish Water
Local Authorities
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG)
NDPBs
http://www.civilservice.gov.uk/Assets/PublicBodies2009_tcm6-35808.pdf
http://www.civilservice.gov.uk/jobs/Departments-NDPBs-AtoL/A-toF.aspx
National Parks Authorities
http://www.nationalparks.gov.uk/
Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but NOT
Independent Schools
http://www.edubase.gov.uk/search.xhtml;jsessionid=4767F89630A039E98FE593093D577013?clear=true
Police Forces in the United Kingdom
http://www.police.uk/
Fire and Rescue Services (including Scotland, Wales and Northern Ireland)
http://www.fireservice.co.uk/information/ukfrs
NHS Bodies England including Acute Trusts, Ambulance Trusts, Primary Care trusts, Care Trusts, NHS Hospital Trusts, Foundation Trusts, Strategic Health Authorities, Mental Health Trusts, Special Health Authorities, Community Health Councils, Local Health Boards, NHS Trusts, including Ambulance Trusts and providers of services to the NHS. (There is also a drill down to NHS Doctors making them ‘easily identifiable’)
http://www.dh.gov.uk/en/Aboutus/OrganisationsthatworkwithDH/Armslengthbodies/Categorisationofarmslengthbodies/index.htm
http://www.nhs.uk/servicedirectories/Pages/PrimaryCareTrustListing.aspx
http://www.general-practitioners-uk.co.uk/
Hospices
Hospices in UK including Scotland, Wales and Northern Ireland
http://www.hauraki.co.uk/hospice_uk/
Registered Social Landlords (Housing Associations)
http://portal.tenantservicesauthority.org/
https://www.rsrsurvey.co.uk/RSRDocuments
Third Sector and Charities
http://www.charity-commission.gov.uk/
http://www.hmrc.gov.uk/charities/charities-search.htm
Citizens Advice
http://www.citizensadvice.org.uk/index/aboutus/citizens_advice_offices.htm
Scottish Public Bodies
Scottish Government
http://www.scotland.gov.uk/Home
Scottish Local Authorities
http://www.scotland-excel.org.uk/customers/index.asp
Scottish Agencies, NDPBs
http://www.scotland.gov.uk/Topics/Government/public-bodies/executive-ndpbs
Scottish NHS Bodies
http://www.scotland.gov.uk/Topics/Health/NHS-Scotland/Boards
Scottish Further and Higher Education Bodies
http://www.sfc.ac.uk/about_the_council/council_funded_institutions/council_funded_institutions.aspx
Scottish Police
http://www.scottish.police.uk/
Scottish Fire and Rescue
http://www.dontgivefireahome.com/fire_safety/1347.html
Scottish Housing Associations
http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/
Scottish Parliament
http://www.scottish.parliament.uk/corporate/spcb/index.htm
The Scotland Office
http://www.scotlandoffice.gov.uk/scotlandoffice/10786.html
Scotland Citizens Advice
http://www.cas.org.uk/find-a-bureau/all-scottish-bureaux
Scottish Schools
Primary Schools
http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=isprimaryschool&bSubmit=1&Submit=Search
Welsh Public Bodies National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities
http://www.assemblywales.org/abthome/abt-links.htm
http://new.wales.gov.uk/?lang=en
http://www.direct.gov.uk/en/dl1/directories/localcouncils/dg_065241
NHS Wales
http://www.wales.nhs.uk/ourservices/directory
NHS Wales GP Practices
http://www.wales.nhs.uk/ourservices/directory
NI Public Bodies
Northern Ireland Government Departments
http://www.northernireland.gov.uk/gov.htm
Northern Ireland Public Sector Bodies and Local Authorities
http://www.northernireland.gov.uk/az2.htm
Schools in Northern Ireland
http://www.denidata.nics.gov.uk/appinstitutes/instmain.aspx
Further and Higher Education in Northern Ireland
http://www.unixl.com/info/northern-ireland.htm
Health and Social care in Northern Ireland
http://www.hscni.net/index.php?link=hospitals
http://www.hscni.net/index.php?link=boards
http://www.hscni.net/index.php?link=agencies
http://www.hscni.net/index.php?link=councils
Police Service of Northern Ireland
http://www.police-information.co.uk/police-directory/view.php?id=31&page=0&cat=6&subcat=31&subsubcat=0
Citizens Advice Northern Ireland
http://www.citizensadvice.co.uk/en/Where-We-Are/Bureaus/
Government Procurement Service
9th Floor, The Capital, Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
E-mail: supplier@gps.gsi.gov.uk
Telephone: +44 3450103503
Internet address: http://gps.cabinetoffice.gov.uk
Body responsible for mediation procedures
Centre for Effective Dispute Resolutions
International Dispute Resolution Centre, 70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: http://www.cedr.com
Fax: +44 2075366001
Government Procurement Service
9th Floor, The Capital, Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
E-mail: supplier@gps.gsi.gov.uk
Telephone: +44 3450103503
Internet address: http://gps.cabinetoffice.gov.uk
VI.5)Date of dispatch of this notice:11.1.2013