Desktop Virtualisation Tender
Tees, Esk and Wear Valleys NHS Foundation Trust is looking to engage a supplier to deliver a virtualised desktop environment including software and hardware products.
United Kingdom-Durham: Desktop communications software package
2015/S 057-100245
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
County Durham Procurement Consortium on behalf of Tees, Esk and Wear Valleys NHS Foundation Trust
Procurement Department, Bede House, Belmont Business Park
For the attention of: Lindsay Harris
DH1 1TW Durham
UNITED KINGDOM
Telephone: +44 1913332883
Internet address(es):
General address of the contracting authority: http://www.tewv.nhs.uk
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)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Tees, Esk and Wear Valleys NHS Foundation Trust
Darlington
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
NUTS code UKC
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The contract is expected to be delivered by a single supplier, however, the Trust expects some requirements will be subcontracted. It is expected that the following functions will be delivered and explored during the competitive dialogue process:
— Single sign on functionality — to provide enhanced login times with instant access to corporate desktops and clinical applications.
— Desktop environments that follow the user — that provide corporate access to either a full desktop environment or streamed applications, or any device at any time from any location.
— A Bring Your Own Device solution — to facilitate the ability for staff and guests to use their own devices on the virtualised solution, with the ability to manage and enforce policies as / when required.
— A single management point — to facilitate the quick and easy management of virtual desktop environment to include device management, asset management and licence management.
— PC’s in kiosks — to facilitate the use of PC’s in kiosks for either staff or guest use with suitable functionality for either.
The system should be compatible with other Trust systems, which will be discussed in dialogue. Knowledge transfer to Trust staff is an important element of this requirement. Following acceptance testing it is expected that the supplier will provide on-going consultancy services to support the Trust as required, this will be discussed further in dialogue.
The contract opportunity is for 60 months with the option to extend for 12 months plus 12 months.
To express an interest in this opportunity please use the link below and follow the on-line instructions:
II.1.6)Common procurement vocabulary (CPV)
48511000, 72222300, 72212315, 72212517, 72000000, 72512000, 48000000, 48222000, 48221000, 48500000, 48510000, 48151000, 72400000,72500000, 72600000, 48200000, 72212219, 72212511, 48214000, 48517000, 48810000, 48900000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
Description of these options: The contract opportunity is for 60 months with the option to extend for 12 months plus 12 months.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
In accordance with Regulation 58 of the Public Contracts Regulations 2015.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Full details of the criteria are detailed in the pre-qualification questionnaire which must be sought and returned by the closing deadline.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This contract opportunity has not been split into lots due to the bespoke complex requirements of the Trust as well as the need to be compatible and interface with other Trust systems.
IV.3.2) Previous publication(s) concerning the same contract: yes.
Prior information notice:
Notice number in the OJEU: 2015/S 000-004957 of 13.1.2015.
VI.5)Date of dispatch of this notice: