Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
G-Cloud 14 Lot 4
Reference number: RM1557.14L4
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
Lot 4 has been designed for customers to further compete their requirements for Cloud Support Services to help them transition to cloud software or hosting services, as per the following categories:
Suppliers will provide services in all of the following capabilities;
Planning - the provision of planning services to enable customers to move to cloud software and/or hosting services.
Setup and Migration - the provision of setup and migration services which involves the process of consolidating and transferring a collection of workloads. Workloads can include emails, files, calendars, document types, related metadata, instant messages, applications, user permissions, compound structure and linked components.
Security services - Maintain the confidentiality, integrity and availability of services and information, and protect services against threats.
Quality assurance and performance testing - Continuously ensure that a service does what it’s supposed to do to meet user needs efficiently and reliably.
Training Ongoing support - Support user needs by providing help before, during and after service delivery.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 000 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 4 has been designed for customers to further compete their requirements for Cloud Support Services to help them transition to cloud software or hosting services, as per the following categories:
Suppliers will provide services in all of the following capabilities;
Planning - the provision of planning services to enable customers to move to cloud software and/or hosting services.
Setup and Migration - the provision of setup and migration services which involves the process of consolidating and transferring a collection of workloads. Workloads can include emails, files, calendars, document types, related metadata, instant messages, applications, user permissions, compound structure and linked components.
Security services - Maintain the confidentiality, integrity and availability of services and information, and protect services against threats.
Quality assurance and performance testing - Continuously ensure that a service does what it’s supposed to do to meet user needs efficiently and reliably.
Training Ongoing support - Support user needs by providing help before, during and after service delivery.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The professionals used in the delivery of these services must align with the SFIA role profiles.
Lot 4 had 40 places and was for further competition only and no Direct Award is permissible. Suppliers who have bid for a place in this Lot 4 will be subject to the Economic and Financial Standing (EFS) assessment as part of the Gold Standard Contract as described in the Sourcing Playbook.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-005335
Section V: Award of contract
Lot No: 4
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/10/2024
V.2.2) Information about tenders
Number of tenders received: 130
Number of tenders received from SMEs: 64
Number of tenders received by electronic means: 130
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 000 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/4b76ed67-8eb2-4132-81a0-f747d86fea1c
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, 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 were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 4, 42 suppliers were awarded a place as opposed to the number of 40 places as was originally stated in the Contract Notice that was published on 19/02/2024.
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
VI.4.2) Body responsible for mediation procedures
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
VI.5) Date of dispatch of this notice
26/11/2024