LINK 3 IT Hardware and Services Tender
6 Lots. Lot 1: Desktop PCs.
United Kingdom-Salford: Computer equipment and supplies
2020/S 182-440755
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: 05280446
Postal address: Halyard Court, 31 Broadway, The Quays
Town: Salford
NUTS code: UK UNITED KINGDOM
Postal code: M50 2UW
Country: United Kingdom
Contact person: Sakir Mahmud
E-mail: nsbs.digital@nhs.net
Telephone: +44 7821844119
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:
LINK 3 IT and Hardware and Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
NHS Shared Business Services and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations. The Link 3: IT hardware and services framework agreement provides a transparent and very competitive buying vehicle for all core IT commodity hardware category areas, delivered for the NHS and the wider public sector. This includes consumer-oriented digital workplace devices such as desktops, laptops, tablets, mobile phones, printers/scanners and healthcare IT (including workstations, medical carts, etc.). It also enables various buying models including salary sacrifice, leasing and device as a service. NHS SBS will use the phrase ‘Digital Workplace: Hardware’ in marketing materials to refer to the framework agreement.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1: Desktop PCs
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
NHS Shared Business Services and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations.
Products available include desktop computers (including small form factor units, micro units, all-in-one units and thin/zero client devices) plus peripherals (including but not limited to monitors, keyboards, mice, headsets, webcams, HDMI/VDI cables, power cables) where purchased with a desktop unit. Includes options for: warranty, lease, DaaS, deployment services and environmentally friendly ‘green’/sustainable specifications.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2: Laptop/Notebook Devices
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
NHS Shared Business Services and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations.
Products available include laptop computers, notebook devices, ruggedised devices, two-in-one units, thin and lightweight clients plus peripherals (including but not limited to monitors, keyboards, mice, headsets, webcams, HDMI/VDI cables, power cables and docking stations). Includes options for: warranty, lease, DaaS, deployment services and environmentally-friendly/sustainable specifications.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3: Mobile Devices (Tablets, Mobile Phones and Wearables)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
NHS Shared Business Services and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations.
Mobile device products available include tablet PCs, slate devices (wraparound, detachable, phablets) and mobile phones (including smartphones, smart watches), plus peripherals including wearable technology where purchased as an accompaniment to a mobile device. Includes options for: warranty, lease, DaaS, deployment services and environmentally-friendly/sustainable specifications.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4: Specialist Healthcare related IT Hardware
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
NHS Shared Business Services and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations.
Products available include (but are not limited to) mobile carts including PC’s, medical workstations and built-in devices, infection control products, mobile clinical assistant devices, for use in point of care and mobile environments plus peripherals including healthcare-customised mobile, body-worn equipment (such as virtual reality (VR) or augmented reality (AR) headsets) for medical diagnosis. LCD and HD monitors, large format, multi display mode monitors and displays suitable for end user applications including but not limited to PACS, endoscopy, mammography plus peripherals where purchased with a monitor/display to include wall mounts. Includes options for: warranty, lease, DAAS, deployment services and environmentally-friendly/sustainable specifications.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 5: Printers/Scanners
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
NHS Shared Business Services and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations.
Products available include (but are not limited to) office and medical prescription printers, 3D printers, medical grade printers, asset scanners, barcode scanners plus peripherals when purchased together. Peripherals include but are not limited to ink/toner, barcode printer labels, patient wristbands, replacement batteries and asset and barcode scanning software. Includes options for: warranty, lease, deployment services and environmentally-friendly/sustainable specifications.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 6: One Stop Shop
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
NHS Shared Business Services and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations.
A selection of IT hardware and service packaged together including at least two of the following categories: desktop PCs (or peripherals such as Monitors), laptop/notebook devices, mobile devices, (inc. tablets, mobile phones and wearables), specialist healthcare related IT hardware (inc. clinical monitors, medical displays), environmentally-friendly sustainable IT hardware, printers/scanners (inc. Asset scanners) and deployment services.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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:
NHS SBS and NOE CPC working jointly together seek to establish a framework agreement for LINK 3 IT and hardware and services. The resulting framework agreement shall be jointly awarded, owned and managed by NHS SBS and NOE CPC.
North of England Commercial Procurement Collaborative (‘NOE CPC’) are part of Leeds and York Partnership NHS Foundation Trust, 2150 Century Way, Thorpe Park, Leeds, West Yorkshire, LS15 8ZB.
Name and addresses Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust).
Postal address: Don Valley House, Savile Street East
Town: Sheffield
NUTS code: UK UNITED KINGDOM
Postal code: S4 7UQ Country: United Kingdom
Email: procurement@noecpc.nhs.uk
Internet address(es): Main address: https://noecpc.nhs.uk
Both parties shall be able to utilise this framework agreement and make it available for use by other public sector organisations for the duration of the agreement. The contract is awarded by NHS Shared Business Services (NHS SBS) acting for itself and as an agent for and on behalf of North of England Commercial Procurement Collaborative (NOE CPC) and other approved organisations. NHS Shared Business Services and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations. The Link 3: IT hardware and services framework agreement provides a transparent and very competitive buying vehicle for all core IT commodity hardware category areas, delivered for the NHS and the wider public sector. The framework has been developed in partnership with NoE CPC and will be for the benefit and on behalf, of public sector bodies, details of such bodies can be accessed at: https://www.sbs.nhs.uk/proc-framework-agreements-support
https://www.noecpc.nhs.uk/current-members This includes consumer-oriented digital workplace devices such as desktops, laptops, tablets, mobile phones, printers/scanners and healthcare IT (including workstations, medical carts, etc.). It also enables various buying models including salary sacrifice, leasing and device as a service. NHS SBS will use the phrase ‘Digital Workplace: Hardware’ in marketing materials to refer to the framework agreement. The duration referenced in section II.2.7) is for the placing of orders.
The value provided in section II.1.5) is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.
The framework will be for the benefit and on behalf, of public sector bodies, details of such bodies can be accessed at: https://www.sbs.nhs.uk/proc-framework-agreements-support
In addition, if provided for in the contract documents, NHS SBS may extend the scope and benefit of the framework agreement to private sector bodies, subject to the approval of NHS SBS. Whilst NHS SBS is not required by procurement legislation to do so, it has extended the principles of public procurement rules to provide its private sector customers with the best value and open and transparent procurement procedures. The envisaged maximum number of participants to the framework agreement, stated in IV.1.3) is an estimate and is subject to change.
VI.4.1)Review body
Postal address: Halyard Court, 31 Broadway
Town: Salford
Postal code: M50 2UW
Country: United Kingdom
E-mail: nsbs.digital@nhs.net
VI.4.3)Review procedure
OJEU procedures include a minimum 10-calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHSSBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
VI.5)Date of dispatch of this notice: