ICT Reseller Framework for Public Bodies
Purchase of ICT software, equipment and services for use by or on behalf of public sector bodies located in the UK.
United Kingdom-London: IT services: consulting, software development, Internet and support
2018/S 240-548394
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
71-75 Shelton Street, Covent Garden
London
WC2H 9JQ
United Kingdom
Telephone: +44 7450799003
E-mail: enquiries@poise-purchasing.org
NUTS code: UK
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42720
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
ICT Reseller Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Poise Purchasing Solutions are a non-profit social enterprise organisation offering procurement solutions and services to support cost efficiencies to public bodies. Any profits made are reinvested to create further frameworks and provide extra resources to support its clients.
Poise Purchasing Solutions is requesting tenders for the purchase of ICT equipment, software and services for use by or on behalf of public sector bodies (including their statutory successors and organisations created as a result of reorganisation or organisational changes) located in the UK. See attachment for full customer list.
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
Main site or location of works, place of delivery or of performance: Primarily in the UK.
II.2.4)Description of the procurement:
Purchase of ICT software, equipment and services for use by or on behalf of public sector bodies located in the UK including but not limited to the following:
Hardware provision and configuration of mainframe, mid-range, mini-computers, PC’s, laptops, netbooks and peripheral equipment, AV equipment and associated consumables and related services. Consumables and hardware disposal and recycle.
Software related services for support, development, maintenance, implementation, reproduction, configuration, hosted, SAAS, data, escrow and managed service.
Networks provision and management of voice, data, and combined (IP) and VOIP equipment and link provision across all transmission methods e.g. wire, fibre, satellite and radio. To include LAN, WAN and all equipment and services supporting and facilitating the network.
Services for installation, maintenance and management of any of the abovementioned items. To include same for infrastructure required to maintain central or remote ICT provision. Onsite management or remote hosting of web accessed services, including the development and maintenance. Supplier to provide additional services in support of purchases including conducting mini competitions on behalf of customer, to identify ad highlight sustainable options.
Supplier will be required to manage the supply chain and any subcontractors on behalf of the purchasing customer. They will be required to provide product innovation, identify avoidable costs and facilitate cost reductions. If required to also undertake contract and asset management for the customer. Providing regular Management Information (MI) will be an important requirement for some customers and should include warranty and asset information, stock delivery reports, product specifications (including energy information).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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
Relevant technical accreditations, partner memberships, British standards certified.
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.2.3)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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Poise Procurement Solutions 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, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide: Please refer to the attached authorised customer list for full details and web links.
This commercial agreement is for use by Contracting Authorities in the United Kingdom and which fall into one or more of the following categories:
Any of the following customers, and any of their successors:
— ministerial government departments,
— non-ministerial government departments.
Those set out in the definition of “Contracting Authority” in Regulation 2(1) of the Public Contracts Regulations 2015 (PCR), namely: the State, regional or local authorities. This covers parliament, central government, regional government and local government; associations formed by one or more regional or local authorities.
Executive agencies of government and other subsidiary bodies:
— Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs,
— all non-Crown Status Government Companies wholly or partly owned by Central Government Departments and their subsidiaries,
— Assembly Sponsored Public Bodies (ASPBs),
— police forces,
— fire and rescue services,
— ambulance services,
— maritime and coastguard agency services,
— NHS bodies,
— educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities,
— hospices,
— national parks,
— housing associations, including registered social landlords,
— third sector and charities,
— citizens advice bodies,
— councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils,
— other public bodies and public corporations and their subsidiary bodies sponsored by Central Government Departments which are not covered by named categories in the Authorised Customer list,
— public financial bodies or institutions,
— public pension funds,
— central banks, and
— civil service bodies, including public sector buying organisations.
Poise Procurement Solutions expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice;
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will Poise Procurement Solutions be liable for any costs incurred by the candidates. If poise procurement solutions decides to enter into a Framework Agreement with the successful supplier(s), 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. Poise Purchasing Solutions and other contracting bodies utilising the framework reserve the right to use any electronic portal during the life of the agreement. The value provided is only an estimate. We cannot guarantee to suppliers any business through this Framework Agreement.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders website at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=214074
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:214074)
VI.4.1)Review body
71-75 Shelton Street, Covent Garden
London
WC2H 9JQ
United Kingdom
Telephone: +44 7450799003
E-mail: enquiries@poise-purchasing.org
VI.5)Date of dispatch of this notice: