ICT Goods and Services Framework London
11 Lots. Client Devices (excluding those Manufactured by Apple, Inc.) – Lot No: 1.
United Kingdom-London: Computer equipment and supplies
2020/S 017-035886
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: The Oasis Centre, 75 Westminster Bridge Road
Town: London
NUTS code: UK
Postal code: SE1 7HS
Country: United Kingdom
Contact person: Oasis Community Learning
E-mail: ITPROCUREMENT@OASISUK.ORG
Telephone: +44 2079214200
Fax: +44 2079214201
Address of the buyer profile: http://www.oasiscommunitylearning.org/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
ICT Goods and Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Organisations that meet the mandatory criteria stated in this notice are invited to participate in a tender for the renewal of an amended ICT goods and services framework. These are to be installed in both new and existing facilities, such as schools, academies and other community or public service projects.
Applicants wishing to be involved in this opportunity should make their interest known to the contact details provided.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Client Devices (excluding those Manufactured by Apple, Inc.)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
II.2.4)Description of the procurement:
Provision of the lot title as described in the statement of requirements.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One year (optional).
II.2.10)Information about variants
II.2.11)Information about options
See procurement documentation.
II.2.13)Information about European Union funds
II.2.1)Title:
Servers and Storage Devices (excluding those Manufactured by Apple, Inc.)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
II.2.4)Description of the procurement:
Provision of the lot title as described in the statement of requirements.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One year (optional).
II.2.10)Information about variants
II.2.11)Information about options
See procurement documentation.
II.2.13)Information about European Union funds
II.2.1)Title:
Equipment Manufactured by Apple, Inc.
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
II.2.4)Description of the procurement:
Provision of the lot title as described in the statement of requirements.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One year (optional).
II.2.10)Information about variants
II.2.11)Information about options
Please see procurement documentation.
II.2.13)Information about European Union funds
II.2.1)Title:
Client Device Spares
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
II.2.4)Description of the procurement:
Provision of the lot title as described in the statement of requirements.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One year (optional).
II.2.10)Information about variants
II.2.11)Information about options
See procurement documentation.
II.2.13)Information about European Union funds
II.2.1)Title:
Data Cabling and Passive Network Infrastructure
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
II.2.4)Description of the procurement:
Provision of the lot title as described in the statement of requirements.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One year (optional).
II.2.10)Information about variants
II.2.11)Information about options
See procurement documentation.
II.2.13)Information about European Union funds
II.2.1)Title:
Other Network Devices
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
II.2.4)Description of the procurement:
Provision of the lot title as described in the statement of requirements.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One year (optional).
II.2.10)Information about variants
II.2.11)Information about options
See procurement documentation.
II.2.13)Information about European Union funds
II.2.1)Title:
Wireless Solutions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of the lot title as described in the statement of requirements.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One year (optional).
II.2.10)Information about variants
II.2.11)Information about options
See procurement documentation.
II.2.13)Information about European Union funds
II.2.1)Title:
Telephony
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of the lot title as described in the statement of requirements.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One year (optional).
II.2.10)Information about variants
II.2.11)Information about options
See procurement documentation.
II.2.13)Information about European Union funds
II.2.1)Title:
Audio Visual Solutions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of the lot title as described in the statement of requirements.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One year (optional).
II.2.10)Information about variants
II.2.11)Information about options
See procurement documentation.
II.2.13)Information about European Union funds
II.2.1)Title:
Wide Area Network Connectivity
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of the lot title as described in the statement of requirements.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One year (optional).
II.2.10)Information about variants
II.2.11)Information about options
See procurement documentation.
II.2.13)Information about European Union funds
II.2.1)Title:
Return and Recycling of ICT Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of the lot title as described in the statement of requirements.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One year (optional).
II.2.10)Information about variants
II.2.11)Information about options
See procurement documentation.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Oasis reserves the right to exclude organisations who do not meet the criteria stated below. Organisations will be evaluated by their total turnover (i.e. not restricted to the solutions in just 1 or more lots detailed here) in the previous year where financial accounts are available. If the organisation forms part of a wider group of companies, it should be made clear which figures relate to the organisation proposing to enter into contractual relations and which relate to the wider group.
For Lot 1 (Client devices, non-Apple)
Minimum turnover during the previously reported 12-month period of 25 000 000 GBP;
For Lot 2 (Servers and storage, non-Apple)
Minimum turnover during the previously reported 12-month period of 25 000 000 GBP;
For Lot 3 (Apple equipment)
Minimum turnover during the previously reported 12-month period of 5 000 000 GBP;
For Lot 4 (Client device spares)
Minimum turnover during the previously reported 12-month period of 1 000 000 GBP;
For Lot 5 (Data cabling and passive network)
Minimum turnover during the previously reported 12-month period of 500 000 GBP;
For Lot 6 (Other network devices)
Minimum turnover during the previously reported 12-month period of 5 000 000 GBP;
For Lot 7 (Wireless)
Minimum turnover during the previously reported 12-month period of 500 000 GBP;
For Lot 8 (Telephony)
Minimum turnover during the previously reported 12-month period of 1 000 000 GBP;
For Lot 9 (Audio visual)
Minimum turnover during the previously reported 12-month period of 500 000 GBP;
For Lot 10 (WAN connectivity)
Minimum turnover during the previously reported 12-month period of 25 000 000 GBP;
For Lot 11 (Return and recycling of ICT equipment)
Minimum turnover during the previously reported 12-month period of 500 000 GBP.
III.1.3)Technical and professional ability
The following minimum standards are required for each work package — oasis reserve the right to exclude organisations who do not demonstrate that they meet these standards.
For Lot 1 (Client devices, non-Apple)
Demonstrable experience relating to the delivery of the stated goods and services across all areas of the UK.
The ability to provide Lenovo client devices:
For Lot 2 (Servers and storage, non-Apple)
Organisations must be certified resellers of, at a minimum, HP solutions:
For Lot 3 (Apple equipment)
Organisations must be an Apple Solution Expert (ASE) at the time of tendering. Additionally, OCL will require any supplier to subsequently qualify as an Apple Authorised Education Specialist (AAES) when that becomes relevant;
For Lot 4 (Client device spares)
Demonstrable experience relating to the delivery of the stated goods and services across all areas of the UK;
For Lot 5 (Data cabling and passive network)
Organisations must provide all services in-house with no subcontracting;
For Lot 6 (Other network devices)
— organisations must be a Cisco registered partner,
— organisations must possess the relevant Cisco accreditation (or demonstrable experience in terms of scope and duration) for the solutions they are proposing.
For Lot 7 (Wireless)
Organisations must have a proven track record of delivering Cisco Meraki along with, at a minimum, one of Cisco (other) or Meru or Aerohive solutions;
For Lot 9 (Audio Visual)
The ability to deliver Clevertouch display screens;
For Lot 10 (WAN connectivity)
Organisations must have been trading under their current company registration for at least 5 years;
For Lot 11 (Return and recycling of ICT equipment)
Organisations must have a waste management license and an NCSC approved data erasure solution.
III.2.2)Contract performance conditions:
See the procurement documentation.
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Please note the bidders open day on the 6.2.2020, to be held in Bristol, for all prospective bidders to get more information about this procurement and Oasis as an organisation. Full details are available upon request.
VI.4.1)Review body
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice: