IT Hardware Supply Framework
HHT is seeking bids to establish a framework of suppliers to supply IT hardware to HHT.
United Kingdom-Runcorn: Computer equipment and supplies
2017/S 006-008233
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Daresbury Point, Greenwood Drive Manor Park
Runcorn
WA7 1UG
United Kingdom
Contact person: Mike Barnett
E-mail: tenders@cirruspurchasing.co.uk
NUTS code: UKD2
Internet address(es):Main address: http://www.haltonhousing.org/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
IT Hardware Supply Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Halton Housing Trust (HHT) is a not for profit housing association, who own and manage over 6,700 homes in the Cheshire towns of Widnes and Runcorn. HHT is seeking bids to establish a framework of suppliers to supply IT hardware to HHT. Purchases made under the framework will mainly be for end user IT hardware and peripheral IT items which are expected to include, but not be limited to; tablets, laptops, mobile/smart phones, desktop computers, monitors, projectors, TVs, thin clients, mice, cables and keyboards. From time to time, HHT may also purchase any other IT hardware items under the framework that may be needed to meet the needs of the organisation (e.g. interactive audio visual equipment). The outcome of the tender process will be a 4 year framework agreement expected to commence from March 2017. It is envisaged that the final framework will be awarded to approximately 6 suppliers.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Products will generally need to be delivered to HHT offices in the areas of Widnes and Runcorn, but deliveries may also be required wherever HHT has an operational requirement (UK mainland only).
II.2.4)Description of the procurement:
HHT’s vision is to ‘deliver high quality and excellent services for all’. Its’ mission is to ‘provide high quality housing services with a social conscience. Its values are based around both customers and employees.
We provide affordable homes for people who may not have the means to buy or rent a home privately, help people who are homeless and provide support to older or disabled people to help them live independently in their own homes.
Successful framework suppliers must be able to supply a comprehensive range of up to date tablets, smart phones, laptops and desktop computers that come pre-installed with and run the following as their primary operating systems:
– Apple iOS (iOS 9 or higher on both phones and tablets)
– Android OS (Kit-Kat or higher on both phones and tablets)
– Mac OS (OS 10.10 or higher)
– Microsoft Windows (Windows 7 or higher)
– Chrome OS
Whilst the framework will primarily be used for the purchase and delivery of IT hardware, auxiliary services associated with the provision of IT hardware may also be purchased under the framework. These services may include, but not be limited to; hardware installation, configuration, repairs and recycling. From time to time, HHT may also purchase operating system software and licenses from successful suppliers under the framework.
Purchases are expected to mainly be off a product catalogue, the first version of which will be priced by bidders as part of the tender. Products not contained within the catalogue may also be purchased under this framework. More information on the product catalogue is included within the tender documents.
The estimated value over the total framework duration is anticipated to be approximately 180 000 GBP excluding VAT, however this is an estimate only. This is for information only, and no guarantees are given, nor are implied as to the value or quantity of business that will be placed with successful bidders. HHT accepts no liability for any inaccuracies in the estimates provided. HHT reserves the right to vary the volume of orders during the life of the framework. Award of a position on this framework to any supplier does not guarantee any contracts/orders will be awarded to that supplier.
The framework will be available to the following, such that each of the following will be entitled to purchase goods/services from the successful bidders at the discretion of Halton Housing Trust:-
– Halton Housing Trust and all subsidiary undertakings of Halton Housing Trust both current and future
– All parts of any current or future group structure of which Halton Housing Trust is, or may become, a part
– Any entities which fall into either of the following categories and which are permitted by Halton Housing Trust to make particular purchases under the framework from time to time: (a) any joint venture entities (whether companies, limited liability partnerships or otherwise) in which Halton Housing Trust or any subsidiary undertakings of Halton Housing Trust participates from time to time (whether as a shareholder, member or otherwise), (b) other contracting authorities including Registered Providers of Social Housing within England and Wales (as defined by the Housing and Regeneration Act 2008), Registered Social Landlords within Scotland (as defined by the Housing (Scotland) Act 2010) and local authorities across the UK.
Full details of the required service can be found within the tender documents and service specification included within the Supporting Information section of the tender.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
List and brief description of conditions:
Any supplier may be disqualified who has been convicted of:
(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);
(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e);
(c) the common law offence of bribery;
(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);
(e) where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):—
(i) the common law offence of cheating the Revenue;
(ii) the common law offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o);
(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);
(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r);
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);
(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or
(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;
(f) any offence listed—
(i) in section 41 of the Counter Terrorism Act 2008(a); or
(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;
(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);
(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);
(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);
(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);
(k) an offence under section 59A of the Sexual Offences Act 2003(g);
(l) an offence under section 71 of the Coroners and Justice Act 2009(h);
(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or
(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive—
(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or
(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.
III.1.2)Economic and financial standing
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
HHT staff members and their authorised agents only.
Section VI: Complementary information
VI.1)Information about recurrence
2021.
VI.3)Additional information:
Submissions are to be submitted through the Cirrus Purchasing eTender system only.
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.3)Review procedure
This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in Section VI.4.1 of this contract notice. The Public Contracts Regulations 2015 #102 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).
VI.5)Date of dispatch of this notice:
Related Posts
Tender to Supply of Laptops and Desktops
Contract for Backup Infrastructure
Enterprise Server and Storage Support Contract
Supply Telephony and Contact Centre Solution