Enterprise Solutions for End to End Information Communication Technology 2019
The tender is to establish a Framework Agreement for the provision of enterprise level information communication technology solutions.
United Kingdom-Edgbaston: Office and computing machinery, equipment and supplies except furniture and software packages
2019/S 221-541620
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 19 George Road
Town: Edgbaston, Birmingham
NUTS code: UK
Postal code: B15 1NU
Country: United Kingdom
E-mail: Sinead.Joseph@htepg.com
Telephone: +44 08458875000
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:
Framework Agreement for the Provision of Enterprise Solutions for End to End Information Communication Technology (ICT) 2019
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The tender is to establish a framework agreement for the provision of enterprise level information communication technology solutions (ICT) for original equipment manufacturer (OEM) hardware, software, and associated services.
The duration of the framework agreement will be 4 years maximum; 2 years initial period with the option to extend for a further 2 periods of 12 months.
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
II.2.4)Description of the procurement:
HTE is seeking to establish a framework agreement for the provision of enterprise level information communication technology solutions (ICT) for original equipment manufacturer (OEM) hardware, software, and associated services. The scope of this framework agreement across 1 (One) lot includes end-to end OEM offerings of all the below ICT categories, including any other product, service or solution which can be reasonably described as ICT.
The framework agreement will enable customers to form subsequent call-off contracts direct with original equipment manufacturers (OEM’s); without having to liaise and/or procure OEM solutions from value added resellers or subcontractors, for their own branded hardware, software and/or associated services.
OEM hardware solutions are to include: client devices, data storage solutions, digital technology devices, enterprise servers, housing and power, networking solutions, peripherals and any other items which may be reasonably described as hardware.
Software solutions are to include: cloud service and solutions, operating software, programmes and applications, auditing and testing, software asset management (SAM), software portfolio management (SPM), software support/maintenance services and other products, solutions or services which may reasonably be described as software, programs or applications.
ICT security solutions to include; hardware, software, application security, and other products, solutions or services which may reasonably be described as ICT security.
ICT technology assisted services to include: consultancy, education and training, support/maintenance, application services, deployments, configuration, data destruction, installation, managed services, helpdesk, security, logistics and any other items which may be reasonably described as a technology assisted service.
Terms and conditions/activity based income (ABI)
The terms and conditions of this framework agreement and any resulting call-off contract is appended to the ITT. These terms include provisions requiring the payment by the supplier of an ABI management charge in consideration of the award of this framework agreement, the management and administration by HTE of the overall contract structure and associated documentation, as well as the requirement to submit regular management information to HTE. Submission of expressions of interest and procurement information. This exercise will be conducted on the HTE Bravo portal. Candidates wishing to be considered must register expressions of interest as follows:
Register on the HTE portal at https://healthtrusteurope.bravosolution.co.uk
Login to the portal with username/password
Click the SQs/ITTs Open to All Suppliers link
These are the SQs/ITTs open to any registered supplier
Click on the relevant SQ/ ITT to access the content
Click the Express Interest button at the top of the page
This will move the SQ/ITT into your My SQs/My ITTs page
You can access any attachments by clicking buyer attachments in the SQ/ITT Details box. Follow the onscreen instructions to complete the SQ/ITT. Submit your reply using the submit response button at the top of the page. If you require any further advice, contact the Bravo eTendering Help Desk at help@bravosolution.co.uk
Sid4Gov HTE utilises the sid4gov supplier information database. Candidates should register on sid4gov at https://sid4gov.cabinetoffice.gov.uk/organisation/register and submit their sid4gov company profile for publication on on the database. Candidates already registered on sid4gov must ensure information is up to date. Where access to sid4gov is unavailable, please contact the sid4gov helpdesk at sid4gov@gps.gsi.gov.uk
Please note that sid4gov does not prepopulate any fields of the SQ on HTE’s Bravo Portal. Candidates must complete the qualification and technical envelopes of the SQ in Bravo in full.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension of up to 24 months (2 x 12 month extensions).
II.2.10)Information about variants
II.2.11)Information about options
Extension of up to 24 months (2 x 12 month extensions).
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
HTE may request such information as may be requested pursuant to Regulation 58 of the Public Contracts Regulations 2015. Details are provided in the pre-qualification questionnaire.
III.1.3)Technical and professional ability
HTE may request such information as may be requested pursuant to Regulation 58 of the Public Contracts Regulations 2015. Details are provided in the pre-qualification questionnaire.
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.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
HTE is a central purchasing body able to carry out this tender exercise by virtue of its appointment as an agent of UHCW. Notwithstanding HTE’s relationship with UHCW, it is HTE conducting this tender exercise and who will execute the resultant framework agreement with successful bidders. The framework agreement will be open to all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated occasionally. The following entities in the UK (particularly those of a health and/or social care nature) are envisaged as framework agreement users:
1) National Health Service (NHS) bodies in England, for example: Acute Trusts; Health and Care Trusts; Mental Health Trusts; Clinical Commissioning Groups; Ambulance Trusts; Area Teams; Special Health Authorities; NHS England; Clinical Senates and Strategic Clinical Networks;
2) All NHS bodies in Wales, for example health boards; NHS Trusts; the National Delivery Group; Community Health Councils; and NHS Wales Shared Services Partnership;
3) All NHS bodies in Northern Ireland, for example: Health and Social Care Trusts; Health Agencies; Hospitals; and the Health and Social Care Board;
4) Social enterprises undertaking some or all of the previous service provider functions of contracting authorities in relation to health and/or social care services (including charitable incorporated organisations, cooperatives, industrial and provident societies and community interest companies listed on Companies house webcheck service);
5) Ministerial departments and non-ministerial departments of central government, non-departmental agencies and other public bodies, and public corporations;
6) Devolved governmental and parliamentary organisations within the UK, for example Scottish Government, Scottish Parliament, and Scottish public bodies, as well as Welsh Government, Welsh Assembly and Welsh unitary authorities;
7) All local authorities;
8) The Ministry of Defence;
9) NHS bodies in Scotland, for example: NHS Trusts; Special NHS Boards; and National and Support Organisations;
10) Emergency services including police, fire and rescue services, the maritime and coastguard agency and other rescue authorities;
11) Educational establishments;
12) Registered providers of social housing on a not for profit basis;
13) Registered charities;
14) Her Majesty’s Prison Service.
This list includes each organisation’s successors and assigns, any equivalent organisations and associated organisations created due to any organisational changes furthermore, and if provided for in the contract documents, HTE may extend the scope and benefit of the framework agreement to any private sector organisations operating in the United Kingdom and/or any country in the European Union which are of a health and/or social care nature. Whilst HTE is not required by procurement legislation to do so, it has extended the principles of the public tendering so as to assure its private sector customers of best value and open and transparent processes. In the UK these entities are registered with the CQC. In the EU, such entities are regulated by equivalent regulatory bodies.
This list includes each organisations’ successors and assigns, any equivalent organisations and associated organisations created due to any organisational changes.
In addition, the use of this framework agreement will be open to any bodies or organisations operating in the UK and/ or any country in the EU of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organisation.
VI.4.1)Review body
Postal address: 19 George Road
Town: Edgbaston, Birmingham
Postal code: B15 1NU
Country: United Kingdom
Telephone: +44 1216871350
VI.4.3)Review procedure
HTE will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice: