ICT Goods and Services Framework
Suitably qualified organisations are invited to participate in a tender for the establishment of an ICT goods and services framework.
United Kingdom-London: Office and computing machinery, equipment and supplies except furniture and software packages
2015/S 241-437031
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Oasis Community Learning
The Oasis Centre, 75 Westminster Bridge Road
Contact point(s): Oasis Community Learning
For the attention of: David Cannon
SE1 7HS London
UNITED KINGDOM
E-mail: itprocurement@oasisuk.org
Fax: +44 2079214201
Internet address(es):
General address of the contracting authority: http://www.oasiscommunitylearning.org/
Electronic access to information: https://www.dropbox.com/sh/nlilx1xnhj2hukk/AACt03vWwg0VhSD70r__fPEsa?dl=0
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
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Oasis IT Services Limited
The Oasis Centre, 75 Westminster Bridge Road
SE17HS London
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
A combination of these
Main site or location of works, place of delivery or of performance: England, UK.
NUTS code UK,BE
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 25
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 000 000 and 5 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Applicants wishing to be involved in this opportunity, and who meet the stated mandatory criteria, should make their interest known to the contact details provided for participation in the Pre-Qualification exercise.
II.1.6)Common procurement vocabulary (CPV)
30000000, 48000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Client Devices
1)Short description
2)Common procurement vocabulary (CPV)
30000000
Lot No: 2 Lot title: Server and storage devices
1)Short description
2)Common procurement vocabulary (CPV)
30000000, 48000000
Lot No: 3 Lot title: Data cabling and passive network infrastructure
1)Short description
2)Common procurement vocabulary (CPV)
30000000, 48000000, 32421000
Lot No: 4 Lot title: Other network devices
1)Short description
2)Common procurement vocabulary (CPV)
48000000, 30000000, 32420000
Lot No: 5 Lot title: Wireless
1)Short description
2)Common procurement vocabulary (CPV)
30000000, 48000000, 64212400
Lot No: 6 Lot title: Telephony
1)Short description
2)Common procurement vocabulary (CPV)
48000000, 30000000, 32550000
Lot No: 7 Lot title: Library solutions
1)Short description
2)Common procurement vocabulary (CPV)
48000000, 30000000, 48161000
Lot No: 8 Lot title: Audio Visual solutions
1)Short description
2)Common procurement vocabulary (CPV)
48000000, 30000000, 32321200
Lot No: 9 Lot title: WAN connectivity
1)Short description
2)Common procurement vocabulary (CPV)
48000000, 30000000, 72720000
Lot No: 10 Lot title: Cashless catering solutions
1)Short description
2)Common procurement vocabulary (CPV)
48000000, 30000000
Lot No: 11 Lot title: Professional services
1)Short description
2)Common procurement vocabulary (CPV)
48000000, 30000000, 72590000
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
For Work Package 1 (Client devices):
— The ability to deliver the stated goods and services across all areas of the UK.
For Work Package 2 (Servers and storage):
— Organisations must be certified resellers of, at a minimum, HP solutions.
For Work Package 3 (Data cabling and passive network):
— Organisations must provide all services in-house with no subcontracting.
For Work Package 4 (Wireless):
— Organisations must be certified resellers of Cisco Meraki along with, at a minimum, 1 of Cisco (other) or Meru or Aerohive solutions.
For Work Package 9 (WAN connectivity):
— Organisations must have been trading under their current company registration for at least 5 years.
For Work Package 10 (Cashless Catering):
— Organisations must have been trading under their current company registration for at least 3 years.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: For Work Package 1 (Client Devices):
— Minimum turnover during the previously reported 12 month period of 25 000 000 GBP.
For Work Package 2 (Servers and storage):
— Minimum turnover during the previously reported 12 month period of 25 000 000 GBP.
For Work Package 3 (Data cabling and passive network):
— Minimum turnover during the previously reported 12 month period of 500 000 GBP.
For Work Package 4 (Wireless):
— Minimum turnover during the previously reported 12 month period of 500 000 GBP.
For Work Package 5 (Telephony):
— Minimum turnover during the previously reported 12 month period of 1 000 000 GBP.
For Work Package 8 (Audio Visual):
— Minimum turnover during the previously reported 12 month period of 500 000 GBP.
For Work Package 9 (WAN connectivity):
— Minimum turnover during the previously reported 12 month period of 25 000 000 GBP.
Section IV: Procedure
IV.1.1)Type of procedure
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
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
PQQ exercise will be entered into.
Please Note: Bidders Open Day is scheduled for the 5.1.2016 in central London. Please use the provided contact details if you are interested in attending or visit the Oasis website or look out for one of the other various marketing communications.
VI.5)Date of dispatch of this notice: