Computer Equipment Tender North Yorkshire
Framework for Personal Learning Devices.
UK-Harrogate: computer equipment and supplies
2012/S 134-223292
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Harrogate Grammar School Academy Trust
Harrogate Grammar School, Arthurs Avenue,
For the attention of: Jason Stapley
HG2 0DZ Harrogate
UNITED KINGDOM
Telephone: +44 1609533457
E-mail: Tenders@dukefield.co.uk
Internet address(es):
General address of the contracting authority: http://www.harrogategrammar.co.uk/
Address of the buyer profile: https://in-tendhost.co.uk/dukefield
Electronic access to information: https://in-tendhost.co.uk/dukefield
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/dukefield
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Other: Academy Trust
The contracting authority is purchasing on behalf of other contracting authorities: yes
Ilkley Grammar School
Cowpasture Road
LS29 8TR Ilkley
UNITED KINGDOM
As stated in section II.1.5) Short description of the contract or purchase(s)
UNITED KINGDOM
Rossett School
Green Lane, Pannal Ash
HG2 9JP Harrogate
UNITED KINGDOM
Section II: Object of the contract
Main site or location of works, place of delivery or of performance: This contract is for the use of Public Sector Bodies throughout the United Kingdom.
NUTS code UK
maximum number of participants to the framework agreement envisaged: 9
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 900 000,00 and 20 000 000,00 GBP
The framework agreement will be established for a period of 3 years, with the option to extend for a further period of up to 1 year. Although the framework agreement is primarily for the use of Academies suppliers should be aware that this framework agreement will be accessible by UK Public Sector Bodies – including but not limited to Local Authorities, Central Government Departments, NHS Bodies and Police & other Emergency Services.
The framework will also be open for use by all other public sector contracting authorities (as defined in Article 1 (9) of Directive 2004/18/ EC and implemented by Regulation 3 of the Public Contract Regulations 2006) or their agents.
These include but are not limited to central government departments and their agencies, Non-Departmental.
Public Bodies (NDPBs), NHS bodies (including; acute trusts, ambulance trusts, primary care trusts, care trusts, NHS hospital trusts, strategic health authorities, mental health trusts, special health authorities), Local.
Authorities (as defined in Regulation3 (2) to (5) of the Public Contracts Regulations 2006 (‘the Regulations’),
Police Authorities (as defined by Regulation 3 (1) (j) to (p) of the Regulations), Emergency Services, Educational.
Establishment (including Schools, Universities, Academies, Colleges of Further Education) and Registered.
Social Landlords who have a need to purchase these services. Please see the following websites for further details:
http://www.civilservice.gov.uk/about/resources/ndpbs.aspx
http://www.edubase.gov.uk/EstablishmentFind.aspx
http://www.schoolswebdirectory.co.uk/localauthorities.php
http://education.gov.uk.academies/a0069811/map-of-open-academies-and-schools-submitting-applications http://www.hefce.ac.uk/unicoll/
http:www.police-information.co.uk/police-directory/ http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx.
http://www.directgov.uk/en/DI1/Directories/A-ZOfCentralGovernment/index.htm http.//www.cabinetoffice.gov.uk/
http://wwwhousingcorp.gov.uk/server/show/nav.490 http://www.charity-commission.gov.uk/registeredcharities/first.asp
http://www.buy4wales.co.uk/UsefulResources/contractsframeworks/organisationlist/poaplist-html?cat=14318 http://www.aupo.ac.uk
The appointed suppliers will be required to offer a number of purchase options to allow teachers, students and parents to procure learning devices that will support Bring Your Own Device BYOD and 1:1 device programmes which will be tailored to individual School and Public Sector Body requirements. Suppliers will be required to propose a number of solutions for the acquisition of the devices, this may include outright capital purchase, lease or ownership schemes.
The Agreement will be divided into Lots (as listed below) and suppliers may submit proposals for one or more Lots.
Lot 1 – Personal Learning Tablets – This lot will be split into two main areas. The first is based on a standard tablet specification along with suppliers being able to offer a number of alternative specifications. In addition to this, suppliers will be required to supply prices for a number of accessories available for the tablets.
The second part of this lot will be based on a standard solution bundle proposal that will include the standard specification tablet, a standard protective case and £30 application voucher.
Lot 2 – Electronic Books – This lot will include the supply, maintenance and support of a standard specification along with a number of optional upgrades.
Lot 3 – Net Books – This lot will include the supply, maintenance and support of a standard specification along with a number of optional upgrades.
30200000, 30213200, 30213500, 30213000, 30230000, 30212000, 30213100, 30237270
Tenders may be submitted for one or more lots
Estimated value excluding VAT:
Range: between 900 000,00 and 20 000 000,00 GBP
Description of these options: Option to extend for a period of one year at the Contracting Authority’s sole discretion.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Personal Learning Tablets
The second part of this lot will be based on a standard solution bundle proposal that will include the standard specification tablet, a standard protective case and £30 application voucher.
30200000, 30213200, 30213500, 30233000, 30212000, 30213100, 30237270
Lot 1 – £810,000.
Lot 2 – £50,000.
Lot 3 – £40,000.
Suppliers should note that these figures are indicative and no commitment to any expenditure can be provided.
It should be noted that suppliers will be encouraged to help support the framework by enabling other public sector bodies the opportunity to utilise the prices and thus maximising the turnover.
The procurement will follow an OJEU compliant restricted procedure that will involve a two stage process. The Pre-qualification Questionnaire (PQQ) followed by the Invitation to Tender (ITT).
Estimated value excluding VAT:
Range: between 810 000,00 and 18 000 000,00 GBP
30200000, 30213200, 30213500, 30230000, 30212000, 30213100, 30237270
Lot 1 – £810,000.
Lot 2 – £50,000.
Lot 3 – £40,000.
Suppliers should note that these figures are indicative and no commitment to any expenditure can be provided.
It should be noted that suppliers will be encouraged to help support the framework by enabling other public sector bodies the opportunity to utilise the prices and thus maximising the turnover.
The procurement will follow an OJEU compliant restricted procedure that will involve a two stage process. The Pre-qualification Questionnaire (PQQ) followed by the Invitation to Tender (ITT).
Estimated value excluding VAT:
Range: between 50 000,00 and 1 200 000,00 GBP
All lots will need to be supported both in terms of maintenance of the devices and continual on-going support by accredited engineers. Additional services features may include, but not limited to, the setting up of branded web portals for teachers, students and parents to procure a catalogue selection, extended warranties and insurance cover.
30200000, 30213200, 30213500, 30230000, 30212000, 30213100, 30237270
Lot 1 – £810,000.
Lot 2 – £50,000.
Lot 3 – £40,000.
Suppliers should note that these figures are indicative and no commitment to any expenditure can be provided.
It should be noted that suppliers will be encouraged to help support the framework by enabling other public sector bodies the opportunity to utilise the prices and thus maximising the turnover.
The procurement will follow an OJEU compliant restricted procedure that will involve a two stage process. The Pre-qualification Questionnaire (PQQ) followed by the Invitation to Tender (ITT).
Estimated value excluding VAT:
Range: between 40 000,00 and 800 000,00 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: Please refer to the Pre Qualification Questionnaire and Invitation to Tender documentation.
Please refer to the Pre Qualification Questionnaire and Invitation to Tender documentation.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As stated in the Pre Qualification Questionnaire.
Payable documents: no
Section VI: Complementary information
The contracting authority will be using an e-tendering system to conduct this procurement exercise. To access the Pre Qualification Questionnaire suppliers must register their company details on the In-Tend system at https://in-tendhost.co.uk/dukefield/aspx/Home.
The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. The contracting authority further reserves the right not to award any contract as a result of the procurement process and reserves the right to cancel the entire process or parts of the tender process commenced by the publication of this notice and in no circumstances will it be liable for any costs incurred by tenderers.
The duration referenced in Section II.1.4 is for the placing of orders.
The value provided in Section II.1.4 is only an estimate. The Contracting Authority cannot guarantee any business through this framework agreement.
The Contracting Authority wishes to establish a Framework Agreement for use by all Public Sector Bodies as stated in II.1.5.
All lots will need to be supported both in terms of maintenance of the devices and continual on-going support by accredited engineers. Additional service features may include, but not be limited to, the setting up of branded web portals for teachers, students and parents to procure a catalogue selection, extended warranties, insurance cover and the collection of monies direct from parents.
Prices will be based on a call off price however larger quantity requirements (to be defined in the ITT) for individual sites will be further competed between suppliers in each relevant lot area.
It is anticipated that following a further competition event the appointed supplier will be fixed for a period of time to allow continuity of supply and service as new year groups are admitted to Schools and additional requirements are needed.
Harrogate Grammar School Academy Trust
Arthurs Avenue,
HG2 0DZ Harrogate
UNITED KINGDOM
E-mail: tenders@dukefield.co.uk
Telephone: +44 1609533457
Dukefield Group
UNITED KINGDOM
Telephone: +44 1609533457
VI.5)Date of dispatch of this notice:11.7.2012