ICT Framework Agreement – Offshore Renewable Energy Catapult
4 Lots. ICT Equipment (Hardware and Software) – Lot No: 1.
United Kingdom-Glasgow: Computer equipment and supplies
2020/S 026-060244
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Inovo, 121 George Street
Town: Glasgow
NUTS code: UK
Postal code: G1 1RD
Country: United Kingdom
Contact person: Mrs Sheena Thomson
E-mail: procurement@ore.catapult.org.uk
Telephone: +44 3330041418
Address of the buyer profile: https://www.ore.catapult.org.uk
I.1)Name and addresses
Town: Milton Keynes
NUTS code: UK
Country: United Kingdom
E-mail: info-mk@cp.catapult.org.uk
I.1)Name and addresses
Town: Birmingham
NUTS code: UK
Country: United Kingdom
E-mail: info@es.catapult.org.uk
I.1)Name and addresses
Town: Didcot
NUTS code: UK
Country: United Kingdom
E-mail: info@sa.catapult.org.uk
I.1)Name and addresses
Town: London
NUTS code: UK
Country: United Kingdom
E-mail: info@digicatapult.org.uk
Main address: https://catapult.org.uk
I.1)Name and addresses
Town: London
NUTS code: UK
Country: United Kingdom
E-mail: fern.mccall@ct.catapult.org.uk
I.1)Name and addresses
Town: Cheshire
NUTS code: UK
Country: United Kingdom
E-mail: laura.hough@md.catapult.org.uk
I.1)Name and addresses
Town: Newport
NUTS code: UK
Country: United Kingdom
E-mail: enquiries@csa.catapult.org.uk
I.1)Name and addresses
Town: Solihull
NUTS code: UK
Country: United Kingdom
E-mail: info@hvm.catapult.org.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:
ICT Framework Agreement
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The ICT framework agreement will be a multi-supplier framework agreement. ORE Catapult has undertaken an assessment of the requirements of the buying authorities and has deemed this framework agreement to be suitable for division into the following 4 lots:
Lot 1: ICT Equipment (Hardware and Software);
Lot 2: Cabling Services;
Lot 3: Software Licencing;
Lot 4: Audio Visual and Associated Services (Supply, Installation and Support).
Contract awards made under the terms of this ICT framework agreement, may be co-financed by the European Regional Development Fund (ERDF).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
ICT Equipment (Hardware and Software)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Items required under this lot may include, but will not be limited to, the following:
Hardware
— desktop computers (standard and bespoke),
— monitors,
— tablets,
— keyboards,
— mice,
— laptops,
— carry cases,
— cables and accessories,
— external drives,
— flash drives,
— flash cards,
— media,
— port replicators,
— Wi-fi access points.
Tenderers are required to have the capability to add hardware, when required, to existing device enrolment programs prior to delivery to buying authorities.
Software
— microsoft,
— apple mac,
— Adobe,
— windows,
— multiple Licensing models,
— antivirus,
— remote access software.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of this ICT framework will be for a period of 2 years (24 months) with the option to extend the duration for up to a further 24 months at the discretion of the buying authorities and subject to satisfactory performance of the supplier(s), giving a total potential framework agreement duration of 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Cabling Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The buying authorities may have requirements for the provision of manufacturer approved data cabling services.
All cabling services shall be carried out to BS EN 50173 standard (as amended).
Services required under this lot may include, but will not be limited to, the following:
— installation,
— cable runs (CAT5e, CAT6, CAT6e and CAT7),
— fibre cabling (single and multi-mode) and associated services,
— trunking,
— patch panels,
— single and dual data outlets,
— cabinet enclosures,
— testing,
— documentation,
— warranty,
— termination of CAT6 and short-range fibre.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of this ICT framework will be for a period of 2 years (24 months) with the option to extend the duration for up to a further 24 months at the discretion of the buying authorities and subject to satisfactory performance of the supplier(s), giving a total potential framework agreement duration of 4 years.
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 Licencing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Licencing of various software packages including specialist software as required.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of this ICT framework will be for a period of 2 years (24 months) with the option to extend the duration for up to a further 24 months at the discretion of the buying authorities and subject to satisfactory performance of the supplier(s), giving a total potential framework agreement duration of 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Audio Visual and Associated Services (Supply, Installation and Support)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The buying authorities may have requirements for the design, supply, delivery, installation, support and training (ready for use) of audio-visual equipment.
Items required under this lot may include, but will not be limited to, the following:
Supply
— projectors,
— interactive whiteboards,
— display screens,
— audio and PA equipment,
— touch screens,
— video walls,
— large screen displays – plasma/LED/LCD/projection,
— digital signage,
— AV accessories including lamps, bulbs and filters etc.,
— a minimum of 12-month warranty on all equipment and accessories,
— next business day delivery on all parts requirements.
Installation
—— design;
—— fully project managed AV solution;
—— supply, delivery and installation;
—— on site project management throughout delivery and installation;
—— on-site training;
—— provision of manuals for operation of equipment;
—— a minimum of 12-month warranty on all installations.
Support
—— optional maintenance support services;
—— system health checks (e.g. monthly).
— off-site technical support and helpdesk functionality,
— service times during standard office hours – 8.30 to 17.00 Monday to Friday (excluding Public Holidays),
— emergency call-out service.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of this ICT framework will be for a period of 2 years (24 months) with the option to extend the duration for up to a further 24 months at the discretion of the buying authorities and subject to satisfactory performance of the supplier(s), giving a total potential framework agreement duration of 4 years.
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
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Postal address: Strand
Town: London
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Postal address: Strand
Town: London
Country: United Kingdom
VI.4.3)Review procedure
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations 2015.
VI.5)Date of dispatch of this notice: