Crown Commercial Office Technology Products and Services Framework
Crown Commercial Service as the contracting authority is putting in place a Pan-Government Collaborative Framework Agreement for the supply of commodity technology goods and associated services for use by UK public sector.
United Kingdom-Norwich: Computer equipment and supplies
2019/S 083-196685
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Rosebery Court, St Andrews Business Park
Norwich
NR7 0HS
United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
NUTS code: UK
Address of the buyer profile: https://crowncommercialservice.bravosolution.co.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Technology Products and Associated Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Crown Commercial Service as the Contracting Authority is putting in place a Pan-Government Collaborative Framework Agreement for the supply of commodity technology goods and associated services for use by UK public sector. There are four (4) lots in total, for the detailed description please refer to the Specification (Framework Schedule 1).
The agreement will facilitate the purchase of technology hardware, software and associated services. Associated services are summarised below (note — associated services can only be ordered with goods).
— end user support,
— service desk,
— integration,
— system installation,
— project management,
— training,
— leasing (hire of goods),
— security management,
— hardware asset management,
— software asset management,
— network infrastructure management service,
— device as a service,
— escrow.
There will be a separate procurement for Technology Products Online Purchasing Content (RM6147)
II.1.5)Estimated total value
II.1.6)Information about lots
If during standstill we receive a substantive challenge to our decision to award and the challenge is for a certain lot, we reserve the right, to conclude a framework agreement with successful bidders for the lot(s) that have not been challenged.
II.2.1)Title:
Hardware and Software and Associated Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is aimed at Suppliers with the capability of providing hardware, software and services.
This lot is for the provision of combined requirements:
— hardware and software and/or
— hardware and software and associated services.
For a detailed description of the requirements please refer to the Specification (Framework Schedule 1).
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
II.2.1)Title:
Hardware and Associated Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is aimed at Suppliers who have the capability to provide hardware requirements, including, but not limited to; end user devices, infrastructure hardware, consumables and peripheral equipment with Associated Services.
Suppliers will have the ability to provide extended product warranties; support; upgrade and maintenance services associated with products purchased; hardware configuration; imaging devices (utilising Buyer’ pre-owned or separately procured software licences where applicable); delivery to desk/server room; installation; consignment stocking and deliveries as required; project management of implementations e.g. estate refreshes; provision of management information reports to Buyers; technical support; on-site warranty repairs (as required); and loaning test devices.
For a detailed description of the requirements please refer to the Specification (Framework Schedule 1).
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
II.2.1)Title:
Software and Associated Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is aimed at Suppliers for software, who have the capability to supply a full range of commercial and Open Source commodity off-the-shelf software, software licenses and associated commoditised software services.
Suppliers will have the ability to provide (not limited to) warranties; including but not limited to; extended product warranties; repairs and bug fix warranties in addition to that, the Supplier shall manage such product returns and replacements as appropriate. This includes third party relationship management across the provision of such warranties.
For a detailed description of the requirements please refer to the Specification (Framework Schedule 1).
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
II.2.1)Title:
Information Assured Products and Associated Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is aimed at Suppliers of commoditised IT products and solutions that are capable of meeting specific protective, information assurance requirements.
Suppliers will be able to provide a range of associated services.
For a detailed description of the requirements please refer to the Specification (Framework Schedule 1).
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
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to the bid pack..
III.1.2)Economic and financial standing
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to the bid pack..
III.1.3)Technical and professional ability
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to the bid pack.
In accordance with PPN04-15 (Taking Account of Suppliers’ Past Performance) the Contracting Authority will also assess whether this selection criterion is met on request from the framework agreement user prior to the proposed conclusion of a call-off contract with a value of 20 000 000 GBP or greater (excluding VAT). Failure to meet the selection criterion set will render the supplier ineligible for that call-off contract. This applies to Lots 1 and 3 only.
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.2.1)Previous publication concerning this procedure
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
Electronically, via web-based portal.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework.
The duration of the framework agreement will be a maximum of 4 years, with the first term being 2 years, with a further possible extension of 2 (two) 1-year periods.
The framework agreement will utilise the Public Sector Contract. The core terms of the Public Sector Contract can be found at https://www.gov.uk/government/publications/the-public-sector-contract-core-terms
All schedules and specific documentation related to this procurement will be included within the bid pack at https://crowncommercialservice.bravosolution.co.uk
where access is unrestricted and free of charge.
Electronic auctions may form part of any further competition process under this framework agreement.
As part of this Contract Notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/ee76a0ac-54a7-4e80-9fe1-e703cd471e01
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer List;
3) Rights reserved for CCS Framework;
4) Lot structure and number of awards (if applicable)
Registering for access:
This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk
2) Select the link “I am a new supplier user”;
3) Read and agree to the portal user agreement;
4) Complete the registration form, providing information including:
— the full legal name of your organisation,
— your company registration number,
— your DUNS number — a unique nine-digit number provided to organisations free of charge by Dun and Bradstreet,
— user and contact details.
Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification e-mail to alert them once this has been done.
Note: If you require additional users from your organisation to see the Invitation to Tender ITT, DO NOT repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via “User Management” > “Manage Users” > “Users” > “Create”.
Expressing an interest:
To express your interest in this procurement:
1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk
2) On the dashboard select the link ITTs Open to All Suppliers;
3) On the “ITTs Open to All Suppliers” webpage you will see one or more procurements listed, click on the procurement name you wish to access;
4) Click on Express Interest at the top of the next screen;
5) You can now access the published documents in the BravoSolution portal.
For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at help@bravosolution.co.uk or call 0800 069 8630.
VI.4.1)Review body
Rosebery Court, St Andrews Business Park
Norwich
NR7 0HS
United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
VI.5)Date of dispatch of this notice: