Services - 586968-2020

04/12/2020    S237

United Kingdom-Liverpool: Computer-related services

2020/S 237-586968

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be submitted to the abovementioned address
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
Other activity: Public Procurement

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Cloud Compute

Reference number: RM6111
II.1.2)Main CPV code
72500000 Computer-related services
II.1.3)Type of contract
Services
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
Value excluding VAT: 750 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
30211100 Super computer
30211300 Computer platforms
48000000 Software package and information systems
48211000 Platform interconnectivity software package
48620000 Operating systems
72212211 Platform interconnectivity software development services
72212620 Mainframe operating system software development services
72300000 Data services
72310000 Data-processing services
72311300 Computer time-sharing services
72317000 Data storage services
72322000 Data management services
72416000 Application service providers
72421000 Internet or intranet client application development services
72422000 Internet or intranet server application development services
72500000 Computer-related services
72611000 Technical computer support services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
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
Criteria below
Quality criterion - Name: Quality / Weighting: 90
Quality criterion - Name: Price / Weighting: 10
Price - Weighting: 10
II.2.6)Estimated value
Value excluding VAT: 750 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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

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)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

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
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

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
Framework agreement with several operators
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 14/01/2021
Local time: 10:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 14/01/2021
Local time: 10:01

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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)Procedures for review
VI.4.1)Review body
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
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:
01/12/2020