Contract notice

Information

Published

Date of dispatch of this notice: 17/08/2016

Expire date: 27/09/2016

External Reference: 2016-817680

TED Reference: 2016/S 160-289168

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

NHS Shared Business Services & North Of England Commercial Procurement Collaborative
05280446
NHS SBS (Halyard Court, 31 Broadway, The Quays) NOE CPC (Don Valley House, Savile Street East, Sheffield, S4 7UQ)
Manchester & Sheffield
M50 2UW & S4 7UQ
UK
Contact person: Paul Christie & Rory Browne
Telephone: +44 1612123715
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
Address of the buyer profile: https://in-tendhost.co.uk/noecpc

I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=16796&B=NHSSBS
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Other type:  NHS SBS (Joint venture between the Department of Health and Sopra Steria) - NOE CPC Body Governed by Public Law
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Link: 2 IT Hardware
II.1.2)

Main CPV code

30200000  -  Computer equipment and supplies
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Procurement for the Provision of IT Hardware and Services that fall within Lots for Desktops, Laptops, Tablets, Healthcare IT, Clinical Monitors, Green IT, Printers/Scanners, Deployment Services, Third Party Warranty and One Stop Shop.
The framework will be for the benefit of ALL Public sector bodies, including any statutory and other successor organisations to any of the foregoing and in addition any other commissioners (whether alone of jointly with any other organisation), providers and regulators of NHS funded (either in whole or in part) services including practice based commissioning consortia, general practice commissioning consortia, NHS England (and all sub national offices including any body obtaining new membership to NHS Shared Business Services Ltd and/or NOE CPC. This list may be subject to change and can include other organisations that are NHS SBS and/or NOE CPC members.
II.1.5)

Estimated total value

Value excluding VAT: 500000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 Desktops
Lot No:  1
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30212000  -  Minicomputer hardware
30213100  -  Portable computers
30213200  -  Tablet computer
30213300  -  Desktop computer
30214000  -  Workstations
30215000  -  Microcomputer hardware
30216100  -  Optical readers
30216110  -  Scanners for computer use
30230000  -  Computer-related equipment
30231000  -  Computer screens and consoles
30231300  -  Display screens
30231320  -  Touch screen monitors
30232000  -  Peripheral equipment
30232100  -  Printers and plotters
30232110  -  Laser printers
30232130  -  Colour graphics printers
30232150  -  Inkjet printers
30236000  -  Miscellaneous computer equipment
30237000  -  Parts, accessories and supplies for computers
30237200  -  Computer accessories
30237300  -  Computer supplies
32323000  -  Video monitors
32323100  -  Colour video monitors
32351200  -  Screens
33111200  -  X-ray workstations
33111600  -  Radiography devices
33197000  -  Medical computer equipment
39134000  -  Computer furniture
48624000  -  Personal computer (PC) operating system software package
50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50324000  -  Support services of personal computers
51600000  -  Installation services of computers and office equipment
51611000  -  Installation services of computers
51611100  -  Hardware installation services
51612000  -  Installation services of information-processing equipment
72510000  -  Computer-related management services
72610000  -  Computer support services
72611000  -  Technical computer support services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

Provision of Computer Desktops.
Products available include Desktop
computers (including small form
factors, micro’s, all in one’s
thin/zero client devices) plus
peripherals (including monitors)
where purchased with a desktop.
Includes warranty and lease options.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 100000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2016  /  End: 30/11/2020
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: yes
Description of options:
Two Year Framework for the Option to Extend for a further 2 x 12 months. The Top 8 Suppliers will be awarded a place onto this Lot of the Framework Agreement,
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)

Description

II.2.1)

Title

Lot 2 Laptops
Lot No:  2
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30212000  -  Minicomputer hardware
30213100  -  Portable computers
30213200  -  Tablet computer
30213300  -  Desktop computer
30214000  -  Workstations
30215000  -  Microcomputer hardware
30216100  -  Optical readers
30216110  -  Scanners for computer use
30230000  -  Computer-related equipment
30231000  -  Computer screens and consoles
30231300  -  Display screens
30231320  -  Touch screen monitors
30232000  -  Peripheral equipment
30232100  -  Printers and plotters
30232110  -  Laser printers
30232130  -  Colour graphics printers
30232150  -  Inkjet printers
30236000  -  Miscellaneous computer equipment
30237000  -  Parts, accessories and supplies for computers
30237200  -  Computer accessories
30237300  -  Computer supplies
32323000  -  Video monitors
32323100  -  Colour video monitors
32351200  -  Screens
33111200  -  X-ray workstations
33111600  -  Radiography devices
33197000  -  Medical computer equipment
39134000  -  Computer furniture
48624000  -  Personal computer (PC) operating system software package
50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50324000  -  Support services of personal computers
51600000  -  Installation services of computers and office equipment
51611000  -  Installation services of computers
51611100  -  Hardware installation services
51612000  -  Installation services of information-processing equipment
72510000  -  Computer-related management services
72610000  -  Computer support services
72611000  -  Technical computer support services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

Provision of Laptops. Products
available include Laptop computers,
notebook devices, rugged devices, two
in ones, thin and lightweight clients
plus peripherals. Includes warranty
and lease options.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 100000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2016  /  End: 30/11/2020
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: yes
Description of options:
Two Year Framework for the Option to Extend for a further 2 x 12 months. The Top 8 Suppliers will be awarded a place onto this Lot of the Framework Agreement,
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)

Description

II.2.1)

Title

Lot 3 Tablets
Lot No:  3
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30212000  -  Minicomputer hardware
30213100  -  Portable computers
30213200  -  Tablet computer
30213300  -  Desktop computer
30214000  -  Workstations
30215000  -  Microcomputer hardware
30216100  -  Optical readers
30216110  -  Scanners for computer use
30230000  -  Computer-related equipment
30231000  -  Computer screens and consoles
30231300  -  Display screens
30231320  -  Touch screen monitors
30232000  -  Peripheral equipment
30232100  -  Printers and plotters
30232110  -  Laser printers
30232130  -  Colour graphics printers
30232150  -  Inkjet printers
30236000  -  Miscellaneous computer equipment
30237000  -  Parts, accessories and supplies for computers
30237200  -  Computer accessories
30237300  -  Computer supplies
32323000  -  Video monitors
32323100  -  Colour video monitors
32351200  -  Screens
33111200  -  X-ray workstations
33111600  -  Radiography devices
33197000  -  Medical computer equipment
39134000  -  Computer furniture
48624000  -  Personal computer (PC) operating system software package
50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50324000  -  Support services of personal computers
51600000  -  Installation services of computers and office equipment
51611000  -  Installation services of computers
51611100  -  Hardware installation services
51612000  -  Installation services of information-processing equipment
72510000  -  Computer-related management services
72610000  -  Computer support services
72611000  -  Technical computer support services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

Provision of Tablet Devices. Products
available include Tablets and Slate
devices (wraparound, detachable,
phablets) plus peripherals where
purchased with a tablets/slate
computer. Includes warranty and lease
options.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 50000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2016  /  End: 30/11/2020
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: yes
Description of options:
Two Year Framework for the Option to Extend for a further 2 x 12 months. The Top 8 Suppliers will be awarded a place onto this Lot of the Framework Agreement,
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)

Description

II.2.1)

Title

Lot 4 Healthcare IT
Lot No:  4
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30212000  -  Minicomputer hardware
30213100  -  Portable computers
30213200  -  Tablet computer
30213300  -  Desktop computer
30214000  -  Workstations
30215000  -  Microcomputer hardware
30216100  -  Optical readers
30216110  -  Scanners for computer use
30230000  -  Computer-related equipment
30231000  -  Computer screens and consoles
30231300  -  Display screens
30231320  -  Touch screen monitors
30232000  -  Peripheral equipment
30232100  -  Printers and plotters
30232110  -  Laser printers
30232130  -  Colour graphics printers
30232150  -  Inkjet printers
30236000  -  Miscellaneous computer equipment
30237000  -  Parts, accessories and supplies for computers
30237200  -  Computer accessories
30237300  -  Computer supplies
32323000  -  Video monitors
32323100  -  Colour video monitors
32351200  -  Screens
33111200  -  X-ray workstations
33111600  -  Radiography devices
33197000  -  Medical computer equipment
39134000  -  Computer furniture
48624000  -  Personal computer (PC) operating system software package
50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50324000  -  Support services of personal computers
51600000  -  Installation services of computers and office equipment
51611000  -  Installation services of computers
51611100  -  Hardware installation services
51612000  -  Installation services of information-processing equipment
72510000  -  Computer-related management services
72610000  -  Computer support services
72611000  -  Technical computer support services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

Provision of Healthcare IT. Products
available include (but not limited
to) Mobile Carts including PC’s when
purchased together, Infection control
products, Mobile Clinical Assistant
Devices, for use in point of care and
mobile environments plus peripherals.
Includes warranty and lease options.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 50000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2016  /  End: 30/11/2020
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: yes
Description of options:
Two Year Framework for the Option to Extend for a further 2 x 12 months. The Top 5 Suppliers will be awarded a place onto this Lot of the Framework Agreement,
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)

Description

II.2.1)

Title

Lot 5 Clinical Monitors
Lot No:  5
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30212000  -  Minicomputer hardware
30213100  -  Portable computers
30213200  -  Tablet computer
30213300  -  Desktop computer
30214000  -  Workstations
30215000  -  Microcomputer hardware
30216100  -  Optical readers
30216110  -  Scanners for computer use
30230000  -  Computer-related equipment
30231000  -  Computer screens and consoles
30231300  -  Display screens
30231320  -  Touch screen monitors
30232000  -  Peripheral equipment
30232100  -  Printers and plotters
30232110  -  Laser printers
30232130  -  Colour graphics printers
30232150  -  Inkjet printers
30236000  -  Miscellaneous computer equipment
30237000  -  Parts, accessories and supplies for computers
30237200  -  Computer accessories
30237300  -  Computer supplies
32323000  -  Video monitors
32323100  -  Colour video monitors
32351200  -  Screens
33111200  -  X-ray workstations
33111600  -  Radiography devices
33197000  -  Medical computer equipment
39134000  -  Computer furniture
48624000  -  Personal computer (PC) operating system software package
50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50324000  -  Support services of personal computers
51600000  -  Installation services of computers and office equipment
51611000  -  Installation services of computers
51611100  -  Hardware installation services
51612000  -  Installation services of information-processing equipment
72510000  -  Computer-related management services
72610000  -  Computer support services
72611000  -  Technical computer support services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

Provision of Clinical Monitors.
Products available include (but not
limited to) LCD and HD monitors,
large format, multi display mode
Monitors and Displays suitable for
end user applications including but
not limited to PACS, endoscopy,
mammography plus peripherals where
purchased with a monitor/display to
include wall mounts. Includes
warranty and lease options.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 25000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2016  /  End: 30/11/2020
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: yes
Description of options:
Two Year Framework for the Option to Extend for a further 2 x 12 months. The Top 5 Suppliers will be awarded a place onto this Lot of the Framework Agreement,
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)

Description

II.2.1)

Title

Lot 6 Green IT
Lot No:  6
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30212000  -  Minicomputer hardware
30213100  -  Portable computers
30213200  -  Tablet computer
30213300  -  Desktop computer
30214000  -  Workstations
30215000  -  Microcomputer hardware
30216100  -  Optical readers
30216110  -  Scanners for computer use
30230000  -  Computer-related equipment
30231000  -  Computer screens and consoles
30231300  -  Display screens
30231320  -  Touch screen monitors
30232000  -  Peripheral equipment
30232100  -  Printers and plotters
30232110  -  Laser printers
30232130  -  Colour graphics printers
30232150  -  Inkjet printers
30236000  -  Miscellaneous computer equipment
30237000  -  Parts, accessories and supplies for computers
30237200  -  Computer accessories
30237300  -  Computer supplies
32323000  -  Video monitors
32323100  -  Colour video monitors
32351200  -  Screens
33111200  -  X-ray workstations
33111600  -  Radiography devices
33197000  -  Medical computer equipment
39134000  -  Computer furniture
48624000  -  Personal computer (PC) operating system software package
50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50324000  -  Support services of personal computers
51600000  -  Installation services of computers and office equipment
51611000  -  Installation services of computers
51611100  -  Hardware installation services
51612000  -  Installation services of information-processing equipment
72510000  -  Computer-related management services
72610000  -  Computer support services
72611000  -  Technical computer support services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

Provision of Green IT. Products
available include IT hardware which
demonstrates significant
sustainability benefits beyond
efficient energy use incorporating
environmental, economic and social
sustainability principles such as
regeneration of local and global
environments, economic
redistribution, carbon reduction,
sustainable supply chain management,
life cycle costing (LCC).
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 10000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2016  /  End: 31/08/2020
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: yes
Description of options:
Two Year Framework for the Option to Extend for a further 2 x 12 months. The Top 5 Suppliers will be awarded a place onto this Lot of the Framework Agreement,
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)

Description

II.2.1)

Title

Lot 7 Printers and Scanners
Lot No:  7
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30212000  -  Minicomputer hardware
30213100  -  Portable computers
30213200  -  Tablet computer
30213300  -  Desktop computer
30214000  -  Workstations
30215000  -  Microcomputer hardware
30216100  -  Optical readers
30216110  -  Scanners for computer use
30230000  -  Computer-related equipment
30231000  -  Computer screens and consoles
30231300  -  Display screens
30231320  -  Touch screen monitors
30232000  -  Peripheral equipment
30232100  -  Printers and plotters
30232110  -  Laser printers
30232130  -  Colour graphics printers
30232150  -  Inkjet printers
30236000  -  Miscellaneous computer equipment
30237000  -  Parts, accessories and supplies for computers
30237200  -  Computer accessories
30237300  -  Computer supplies
32323000  -  Video monitors
32323100  -  Colour video monitors
32351200  -  Screens
33111200  -  X-ray workstations
33111600  -  Radiography devices
33197000  -  Medical computer equipment
39134000  -  Computer furniture
48624000  -  Personal computer (PC) operating system software package
50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50324000  -  Support services of personal computers
51600000  -  Installation services of computers and office equipment
51611000  -  Installation services of computers
51611100  -  Hardware installation services
51612000  -  Installation services of information-processing equipment
72510000  -  Computer-related management services
72610000  -  Computer support services
72611000  -  Technical computer support services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

Provision of Printers and Scanners.
Products available include (but not
limited to) office and medical
prescription printers, asset
scanners, barcode scanners plus
peripherals when purchased. Includes
warranty and lease options.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 25000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2016  /  End: 30/11/2020
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: yes
Description of options:
Two Year Framework for the Option to Extend for a further 2 x 12 months. The Top 8 Suppliers will be awarded a place onto this Lot of the Framework Agreement.
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)

Description

II.2.1)

Title

Lot 8 Deployment Services
Lot No:  8
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30212000  -  Minicomputer hardware
30213100  -  Portable computers
30213200  -  Tablet computer
30213300  -  Desktop computer
30214000  -  Workstations
30215000  -  Microcomputer hardware
30216100  -  Optical readers
30216110  -  Scanners for computer use
30230000  -  Computer-related equipment
30231000  -  Computer screens and consoles
30231300  -  Display screens
30231320  -  Touch screen monitors
30232000  -  Peripheral equipment
30232100  -  Printers and plotters
30232110  -  Laser printers
30232130  -  Colour graphics printers
30232150  -  Inkjet printers
30236000  -  Miscellaneous computer equipment
30237000  -  Parts, accessories and supplies for computers
30237200  -  Computer accessories
30237300  -  Computer supplies
32323000  -  Video monitors
32323100  -  Colour video monitors
32351200  -  Screens
33111200  -  X-ray workstations
33111600  -  Radiography devices
33197000  -  Medical computer equipment
39134000  -  Computer furniture
48624000  -  Personal computer (PC) operating system software package
50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50324000  -  Support services of personal computers
51600000  -  Installation services of computers and office equipment
51611000  -  Installation services of computers
51611100  -  Hardware installation services
51612000  -  Installation services of information-processing equipment
72510000  -  Computer-related management services
72610000  -  Computer support services
72611000  -  Technical computer support services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

Provision of Deployment Services.
Services available include (but not
limited to) short lead-time supply of
IT hardware, asset tagging, imaging,
delivery to desk, installation,
packaging removal and disposal.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 20000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2016  /  End: 30/11/2020
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: yes
Description of options:
Two Year Framework for the Option to Extend for a further 2 x 12 months. The Top 5 Suppliers will be awarded a place onto this Lot of the Framework Agreement,
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)

Description

II.2.1)

Title

Lot 9 Third Party Warranty
Lot No:  9
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30212000  -  Minicomputer hardware
30213100  -  Portable computers
30213200  -  Tablet computer
30213300  -  Desktop computer
30214000  -  Workstations
30215000  -  Microcomputer hardware
30216100  -  Optical readers
30216110  -  Scanners for computer use
30230000  -  Computer-related equipment
30231000  -  Computer screens and consoles
30231300  -  Display screens
30231320  -  Touch screen monitors
30232000  -  Peripheral equipment
30232100  -  Printers and plotters
30232110  -  Laser printers
30232130  -  Colour graphics printers
30232150  -  Inkjet printers
30236000  -  Miscellaneous computer equipment
30237000  -  Parts, accessories and supplies for computers
30237200  -  Computer accessories
30237300  -  Computer supplies
32323000  -  Video monitors
32323100  -  Colour video monitors
32351200  -  Screens
33111200  -  X-ray workstations
33111600  -  Radiography devices
33197000  -  Medical computer equipment
39134000  -  Computer furniture
48624000  -  Personal computer (PC) operating system software package
50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50324000  -  Support services of personal computers
51600000  -  Installation services of computers and office equipment
51611000  -  Installation services of computers
51611100  -  Hardware installation services
51612000  -  Installation services of information-processing equipment
72510000  -  Computer-related management services
72610000  -  Computer support services
72611000  -  Technical computer support services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

Provision of Third Party Warranty.
Services available include warranty
provision to replace lapsed
manufacture warranty cover.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 20000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2016  /  End: 30/11/2020
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: yes
Description of options:
Two Year Framework for the Option to Extend for a further 2 x 12 months. The Top 5 Suppliers will be awarded a place onto this Lot of the Framework Agreement,
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)

Description

II.2.1)

Title

Lot 10 One Stop Shop
Lot No:  10
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30212000  -  Minicomputer hardware
30213100  -  Portable computers
30213200  -  Tablet computer
30213300  -  Desktop computer
30214000  -  Workstations
30215000  -  Microcomputer hardware
30216100  -  Optical readers
30216110  -  Scanners for computer use
30230000  -  Computer-related equipment
30231000  -  Computer screens and consoles
30231300  -  Display screens
30231320  -  Touch screen monitors
30232000  -  Peripheral equipment
30232100  -  Printers and plotters
30232110  -  Laser printers
30232130  -  Colour graphics printers
30232150  -  Inkjet printers
30236000  -  Miscellaneous computer equipment
30237000  -  Parts, accessories and supplies for computers
30237200  -  Computer accessories
30237300  -  Computer supplies
32323000  -  Video monitors
32323100  -  Colour video monitors
32351200  -  Screens
33111200  -  X-ray workstations
33111600  -  Radiography devices
33197000  -  Medical computer equipment
39134000  -  Computer furniture
48624000  -  Personal computer (PC) operating system software package
50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50324000  -  Support services of personal computers
51600000  -  Installation services of computers and office equipment
51611000  -  Installation services of computers
51611100  -  Hardware installation services
51612000  -  Installation services of information-processing equipment
72510000  -  Computer-related management services
72610000  -  Computer support services
72611000  -  Technical computer support services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

Provision of a One Stop Shop. A
selection of IT Hardware and Service
including at least 4 of the following
categories:
Desktops, Laptops Tablets / Slate
Computers, Specialist Healthcare
Related IT Hardware, Clinical
Monitors, Medical Displays, Green
sustainable IT Hardware, Printers /
Scanners / Asset Scanners, Deployment
Services.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 100000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2016  /  End: 30/11/2020
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: yes
Description of options:
Two Year Framework for the Option to Extend for a further 2 x 12 months. The Top 5 Suppliers will be awarded a place onto this Lot of the Framework Agreement,
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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:  This procurement exercise will be conducted on the EU supply e Tendering portal at: https://nhssbs.eu-supply.com
Candidates wishing to be considered for this agreement must register their expression of interest and provide additional procurement specific information through this portal.
To register interest:
1) Go to ‘Current Tender Opportunities’ from the e Tendering portal login page: https://nhssbs.eu-supply.com
2) Find the tender listed and click on the title. This will take you to the letter of invitation.
3) If you are not a registered user of EU Supply follow the ‘Online registration’ link otherwise follow the ‘Login’ link and enter username and password.
4) Once logged in ‘Accept’ the invitation to register your interest in the opportunity. You will then be taken direct to the tender response screen.
5) Go to the ‘Access Documents’ folder on the response screen to view and download tender documentation.
6) EU Supply Tender ID 24667
Further guidance on how to access and respond to the opportunity is available in the ‘Quick Guide for Suppliers’ which is available for downloading from the main portal login page: https://nhssbs.eu-supply.com
(follow link: ‘Quick Guide for Suppliers’).
For any support in submitting your response please contact EU Supply Help desk at support@eu-supply.com (Tel: 0800 840 2050) quoting the tender ID number.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Details will be included in the procurement documentation available for download from EU supply e Tendering portal: https//nhssbs.eu-supply.com.
Minimum level(s) of standards possibly required:
Information and formalities necessary for evaluating if the requirements are met:
Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com.
Minimum level(s) of standards possibly required:
Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com.
Minimum level(s) of standards possibly required:
Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com.
Minimum level(s) of standards possibly required:
Minimum level(s) of standards possibly required:
Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Details will be included in the procurement documentation available for download from EU supply e Tendering portal: https://nhssbs.eu-supply.com

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
Envisaged maximum number of participants to the framework agreement:  40
IV.1.6)

Information about electronic auction

An electronic auction will be used
Additional information about electronic auction:  
NOE CPC and/or NHS SBS reserves the right to use an electronic auction as part of the tendering process, if appropriate.
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:  19/09/2016
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  20/09/2016
Local time:  12:00

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

Due to Restrictions placed on Contracting Authority’s, (limit of 4000 characters for this section) the list of Contracting Authorities able to access is in the document ‘Contracting Authority Access’This framework is available for all public sector organisations in the UK.
SBS
5 Boroughs PartnershipFT
Alder Hey ChildrensFT
Blackpool Teaching HospitalsFT
Bolton NHSFT
Bridgewater Community Healthcare NHSTrust
Calderstones Partnership FT
Central Manchester University Hospitals FT
Cumbria Partnership NHSFT
East Cheshire NHSTrust
East Lancashire Hospitals NHSTrust
East London NHSFT
Greater Manchester West Mental HealthFT
Lancashire Care NHSFT
Liverpool Community Health NHSTrust
Manchester Mental Health &Social Care Trust
Mersey Care NHSTrust
North West Ambulance Service NHSTrust
Pennine Care NHSFT
Salford Royal NHSFT
St. Helens&Knowsley Teaching Hospitals NHSTrust
Staffordshire&Stoke on Trent Partnership NHSTrust
Tameside Hospital FT
The Christie Hospital FT
University Hospital of South Manchester FT
University Hospitals of Morecambe Bay NHSFT
Wrightington Wigan&Leigh NHSFT
NHSEngland
NHSBrentCCG
NHSCentral London(Westminster)CCG
NHSEalingCCG
NHSHammersmith&FulhamCCG
NHSHarrowCCG
NHSHillingdonCCG
NHSHounslowCCG
NHSWest LondonCCG
Central&North West London NHSFT
North Tees&Hartlepool NHSFT
Plymouth Community Healthcare
South West Yorkshire Partnership NHSFT
NHSCumbriaCCG
NHSDarlingtonCCG
NHSDurham Dales Easington and SedgefieldCCG
NHSHartlepool&Stockton-On-TeesCCG
NHSNewcastle GatesheadCCG
NHSNorth DurhamCCG
NHSNorth TynesideCCG
NHSNorthumberlandCCG
NHSSouth TeesCCG
NHSSouth TynesideCCG
NHSSunderlandCCG
NOE CPC
Barnsley Hospital NHSFT
Bedford Hospital NHSTrust
Blackburn with DarwenCCG
BlackpoolCCG
Bradford Teaching Hospitals NHSFT
Burton Hospitals NHSFT
Calderdale&Huddersfield NHSFT
Cannock ChaseCCG
Chesterfield Royal Hospital NHSFT
Chorley&South RibbleCCG
Colchester Hospital University NHSFT
Derby Hospitals NHSFT
Derbyshire Community Health Services NHSFT
Doncaster&Bassetlaw Hospitals NHSFT
East LancashireCCG
East StaffordshireCCG
Fylde&WyreCCG
Greater PrestonCCG
Harrogate&District NHSFT
Health Education England
Heart of England NHSFT
Herefordshire CCG
Humber NHSFT
Ipswich Hospital NHSTrust
James Paget University Hospitals NHSFT
Lancashire NorthCCG
Leeds & York Partnership NHSFT
Leeds Community Healthcare NHSTrust
Leeds Teaching Hospitals NHSTrust
Locala Community PartnershipsCIC
Mid Cheshire Hospitals NHSFT
Mid Yorkshire Hospitals NHSTrust
Midlands and LancashireCSU
NHSEastern CheshireCCG
NHSHaltonCCG
NHSKnowsleyCCG
NHSLiverpoolCCG
NHSRedditch And BromsgroveCCG
NHSSouth CheshireCCG
NHSSouth SeftonCCG
NHSSouth WorcestershireCCG
NHSSouthport and FormbyCCG
NHSSt HelensCCG
NHSVale RoyalCCG
NHSWarringtonCCG
NHSWest CheshireCCG
NHSWirralCCG
NHSWyre ForestCCG
North Cumbria University Hospitals NHSTrust
North StaffordshireCCG
North Staffordshire Combined Healthcare NHSTrust
Northern Lincolnshire and Goole NHSFT
Northumbria Healthcare NHSFT
Nottingham University Hospitals NHSTrust
QE Facilities Ltd (wholly owned subsidiary of Gateshead Health NHSFT
Salisbury NHSFT
Sheffield Children's NHSFT
Sheffield Health & Social Care NHSFT
Sheffield Teaching Hospitals NHSFT
Sherwood Forest Hospitals NHSFT
ShropshireCCG
South East Staffordshire and Seisdon PeninsulaCCG
South Staffordshire & Shropshire Healthcare NHSFT
Southend University Hospital NHSFT
Southport & Ormskirk Hospital NHSTrust
Stafford & SurroundsCCG
Stockport NHSFT
Stoke-on-TrentCCG
Telford and WrekinCCG
The Newcastle upon Tyne Hospitals NHSFT
The Queen Elizabeth Hospital King's Lynn NHSFT
The Rotherham NHSFT
United Lincolnshire Hospitals NHSTrust
University Hospital of North Midlands NHSTrust
University Hospitals Birmingham NHSFT
University Hospitals of Leicester NHSTrust
West LancashireCCG
York Teaching Hospitals NHSFT
Yorkshire Ambulance Service NHSTrust
VI.4)

Procedures for review

VI.4.1)

Review body

NHS Shared Business Services
Salford
M50 2UW
UK
Telephone: +44 1612123735

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for lodging appeals:
OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHS SBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
In addition to the public sector bodies identified in VI.3 and subject to the approval of NHS SBS or NOE CPC the use of this contract / framework agreement will be open, on an associate member basis, and may include the following:-
Central Government Departments, Executive Agencies and NDPBs
National Health Service (NHS) bodies, including:
Acute Trusts
Clinical Commissioning Groups
Mental Health Trusts
Ambulance Trusts
Care Trusts
Area Teams
Special Health Authorities
other English NHS bodies
Arms Length Bodies
NHS Trust Development Authority (TDA)
NHS England: and other organisations involved in commissioning of primary care services via Clinical Commissioning Groups – CCGs supported by the Commissioning Support Units – CSU’s which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010.
CCG
CSU
NHS Professional Regulator
The NHS Commissioning Board and other organisations involved in commissioning or overseeing General Practitioner services and GP consortia which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010.
GP Practices
and any other provider of primary medical services:
a) who are a party to any of the following contracts
- General Medical Services
- Personal Medical Services
- Alternative Provider Medical Services and/or
b) Commissioned by the NHS Commissioning Board or other organisations involved in commissioning or overseeing General Practitioner services, as described above.
Social Enterprises
Local Authorities:
All NHS Wales (National Health Service for Wales) organisations
Other Welsh Public Bodies – Welsh Local Authorities
All NHS Scotland (National Health Service for Scotland) Organisations
Other Scottish Public Bodies
All NHS Northern Ireland (National Health Service for Northern Ireland) organisations
Northern Ireland Public Bodies including Local Authorities, Schools, Police Service, Citizens Advice.
Hospices in the UK
Local Authorities
Any commercial, not-for-profit, or other charitable entity created, controlled and financed by a local authority or authorities with regard to provision of services captured by this framework
Police forces and other emergency services, including fire and rescue services, the maritime and coastguard agency and other rescue authorities
Educational establishments Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but NOT
Independent Schools
Registered Social Landlords or Private Registered Providers of social housing
Third Sector and Registered charities
Citizens Advice in the United Kingdom
Devolved and other administrations with the British Isles
Her Majesty’s prison service
The Ministry of Defence
Isle of Man Government Health / Public Services
VI.5)

Date of dispatch of this notice

19/08/2016