NHS Shared Business Services IT Hardware Tender
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.
United Kingdom-Manchester and Sheffield: Computer equipment and supplies
2016/S 160-289168
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
05280446
NHS SBS (Halyard Court, 31 Broadway, The Quays) NOE CPC (Don Valley House, Savile Street East, Sheffield, S4 7UQ)
Manchester and Sheffield
M50 2UW and S4 7UQ
United Kingdom
Contact person: Paul Christie and Rory Browne
Telephone: +44 1612123715
E-mail: paul_christie@nhs.net and rory.browne@noecpc.nhs.uk
NUTS code: UK
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Link: 2 IT Hardware.
II.1.2)Main CPV code
II.1.3)Type of contract
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 1-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
II.1.6)Information about lots
II.2.1)Title:
Lot 1 Desktops
II.2.2)Additional CPV code(s)
II.2.3)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 1’s thin/0 client devices) plus peripherals (including monitors) where purchased with a desktop.
Includes warranty and lease options.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
2 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
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 Laptops
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
Provision of Laptops. Products available include Laptop computers, notebook devices, rugged devices, 2 in 1s, thin and lightweight clients plus peripherals. Includes warranty and lease options.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
2 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
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3 Tablets
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
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
2 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
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4 Healthcare IT
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
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
2 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
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 5 Clinical Monitors
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
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
2 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
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 6 Green IT
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
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
2 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
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 7 Printers and Scanners
II.2.2)Additional CPV code(s)
II.2.3)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, bar-code scanners plus peripherals when purchased. Includes warranty and lease options.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
2 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
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 8 Deployment Services
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
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
2 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
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 9 Third Party Warranty
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
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
2 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
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 10 1 Stop Shop
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
Provision of a 1 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
II.2.6)Estimated value
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
2 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
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
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
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
III.1.3)Technical and professional ability
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.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.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.6)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)
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Due to Restrictions placed on Contracting Authority’s, (limit of 4 000 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 Partnership FT;
Alder Hey Childrens FT;
Blackpool Teaching Hospitals FT;
Bolton NHSFT;
Bridgewater Community Healthcare NHS Trust;
Calderstones Partnership FT;
Central Manchester University Hospitals FT;
Cumbria Partnership NHSFT;
East Cheshire NHS Trust;
East Lancashire Hospitals NHS Trust;
East London NHSFT;
Greater Manchester West Mental Health FT;
Lancashire Care NHSFT;
Liverpool Community Health NHS Trust;
Manchester Mental Health and Social Care Trust;
Mersey Care NHS Trust;
North West Ambulance Service NHS Trust;
Pennine Care NHSFT;
Salford Royal NHSFT;
St Helens and Knowsley Teaching Hospitals NHS Trust;
Staffordshire and Stoke-on-Trent Partnership NHS Trust;
Tameside Hospital FT;
The Christie Hospital FT;
University Hospital of South Manchester FT;
University Hospitals of Morecambe Bay NHSFT
Wrightington Wigan and Leigh NHSFT;
NHS England;
NHS Brent CCG;
NHS Central London (Westminster) CCG;
NHS Ealing CCG;
NHS Hammersmith and Fulham CCG;
NHS Harrow CCG;
NHS Hillingdon CCG;
NHS Hounslow CCG;
NHS West London CCG;
Central and North West London NHSFT;
North Tees and Hartlepool NHSFT;
Plymouth Community Healthcare;
South West Yorkshire Partnership NHSFT;
NHS Cumbria CCG;
NHS Darlington CCG;
NHS Durham Dales Easington and Sedgefield CCG;
NHS Hartlepool and Stockton-on-Tees CCG;
NHS Newcastle Gateshead CCG;
NHS North Durham CCG;
NHS North Tyneside CCG;
NHS Northumberland CCG;
NHS South Tees CCG;
NHS South Tyneside CCG;
NHS Sunderland CCG;
NOE CPC;
Barnsley Hospital NHSFT;
Bedford Hospital NHS Trust;
Blackburn with Darwen CCG;
Blackpool CCG;
Bradford Teaching Hospitals NHSFT;
Burton Hospitals NHSFT;
Calderdale and Huddersfield NHSFT;
Cannock Chase CCG;
Chesterfield Royal Hospital NHSFT;
Chorley and South Ribble CCG;
Colchester Hospital University NHSFT;
Derby Hospitals NHSFT;
Derbyshire Community Health Services NHSFT;
Doncaster and Bassetlaw Hospitals NHSFT;
East Lancashire CCG;
East Staffordshire CCG;
Fylde and Wyre CCG;
Greater Preston CCG;
Harrogate and District NHSFT;
Health Education England;
Heart of England NHSFT;
Herefordshire CCG;
Humber NHSFT;
Ipswich Hospital NHS Trust;
James Paget University Hospitals NHSFT;
Lancashire North CCG;
Leeds and York Partnership NHSFT;
Leeds Community Healthcare NHS Trust;
Leeds Teaching Hospitals NHS Trust;
Locala Community Partnerships CIC;
Mid Cheshire Hospitals NHSFT;
Mid Yorkshire Hospitals NHS Trust;
Midlands and Lancashire CSU;
NHS Eastern Cheshire CCG;
NHS Halton CCG;
NHS Knowsley CCG;
NHS Liverpool CCG;
NHS Redditch and Bromsgrove CCG;
NHS South Cheshire CCG;
NHS South Sefton CCG;
NHS South Worcestershire CCG;
NHS Southport and Formby CCG;
NHS St Helens CCG;
NHS Vale Royal CCG;
NHS Warrington CCG;
NHS West Cheshire CCG;
NHS Wirral CCG;
NHS Wyre Forest CCG;
North Cumbria University Hospitals NHS Trust;
North Staffordshire CCG;
North Staffordshire Combined Healthcare NHS Trust;
Northern Lincolnshire and Goole NHSFT;
Northumbria Healthcare NHSFT;
Nottingham University Hospitals NHS Trust;
QE Facilities Ltd (wholly owned subsidiary of Gateshead Health NHSFT);
Salisbury NHSFT;
Sheffield Children’s NHSFT;
Sheffield Health and Social Care NHSFT;
Sheffield Teaching Hospitals NHSFT;
Sherwood Forest Hospitals NHSFT;
Shropshire CCG;
South East Staffordshire and Seisdon Peninsula CCG;
South Staffordshire and Shropshire Healthcare NHSFT;
Southend University Hospital NHSFT;
Southport and Ormskirk Hospital NHS Trust;
Stafford and Surrounds CCG;
Stockport NHSFT;
Stoke-on-Trent CCG;
Telford and Wrekin CCG;
The Newcastle upon Tyne Hospitals NHSFT;
The Queen Elizabeth Hospital King’s Lynn NHSFT;
The Rotherham NHSFT;
United Lincolnshire Hospitals NHS Trust;
University Hospital of North Midlands NHS Trust;
University Hospitals Birmingham NHSFT;
University Hospitals of Leicester NHS Trust;
West Lancashire CCG;
York Teaching Hospitals NHSFT;
Yorkshire Ambulance Service NHS Trust.
VI.4.1)Review body
Salford
M50 2UW
United Kingdom
Telephone: +44 1612123735
E-mail: paul_christie@nhs.net
VI.4.3)Review procedure
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 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:
Related Posts
Contract for Supply of Juniper Routers
Purchase of ICT Software and Hardware