Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

ICT EQUIPEMENT

  • First published: 21 January 2019
  • Last modified: 21 January 2019

Contents

Summary

OCID:
ocds-kuma6s-089051
Published by:
Careers Wales
Authority ID:
AA0504
Publication date:
21 January 2019
Deadline date:
30 January 2019
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Tender IT Hardware for Careers Wales Company Background The principal activity of CCDG is to provide careers information, advice and guidance service (including placement into employment, training and education for young people), and the facilitation of links between education and business. Hardware Required We require individual cost and total costs for the following: • Microsoft - Microsoft Surface Pro - Tablet – M1796 - Core i5 7300U / 2.6 GHz - Win 10 Pro 64-bit - 8 GB RAM - 128 GB SSD - 12.3" touchscreen 2736 x 1824 - HD Graphics 620 - Wi-Fi, Bluetooth – commercial – UK – KJS-00002 Quantity 50 • Microsoft - Microsoft Surface Pro Type Cover (Black) – UK – FFQ00003 Quantity 50 • Dell P2217H - 22" Widescreen LED IPS Display/Monitor, 1920x1080 Res, DisplayPort, HDMI & VGA Quantity 100 • Dell USB 3.0 Ultra HD Triple Video Docking Station D3100 UK – Mfr : 452 -BBOO Quantity 30 The order will be split and to be delivered across the 4 sites below :- Cardiff 53 Charles Street, Cardiff CF10 2GD Cwmbran Unit 21, North Walk, Cwmbran, NP44 1PR Cross Hands Careers Wales, Heol Nantyreos, Cross Hands,Carmarthenshire, SA14 6RJ Parc Menai 5 Llys Castan, Parc Menai Business Parc, Bangor, Gwynedd, LL57 4FD

Full notice text

CONTRACT NOTICE – NATIONAL

SUPPLIES

1 Authority Details

1.1

Authority Name and Address


Gyrfa Cymru Careers Wales

53 Charles Street,

CARDIFF

CF10 2GD

UK

PAUL POWELL

+44 3001323833

PAUL.POWELL@CAREERSWALES.COM

http://www.careerswales.com

1.2

Address from which documentation may be obtained


GYRFA CYMRU CAREERS WALES

FINANCE , 53 Charles Street,

CARDIFF

CF10 2GD

UK

PAUL POWELL

+44 3001323833


http://www.careerswales.com

1.3

Completed documents must be returned to:


GYRFA CYMRU CAREERS WALES

53 Charles Street,

CARDIFF

CF10 2GD

UK

PAUL POWELL

+44 3001323833


http://www.careerswales.com

2 Contract Details

2.1

Title

ICT EQUIPEMENT

2.2

Description of the goods or services required

Tender IT Hardware for Careers Wales

Company Background

The principal activity of CCDG is to provide careers information, advice and guidance service (including placement into employment, training and education for young people), and the facilitation of links between education and business.

Hardware Required

We require individual cost and total costs for the following:

• Microsoft - Microsoft Surface Pro - Tablet – M1796 - Core i5 7300U / 2.6 GHz - Win 10 Pro 64-bit - 8 GB RAM - 128 GB SSD - 12.3" touchscreen 2736 x 1824 - HD Graphics 620 - Wi-Fi, Bluetooth – commercial – UK – KJS-00002

Quantity 50

• Microsoft - Microsoft Surface Pro Type Cover (Black) – UK – FFQ00003

Quantity 50

• Dell P2217H - 22" Widescreen LED IPS Display/Monitor, 1920x1080 Res, DisplayPort, HDMI & VGA

Quantity 100

• Dell USB 3.0 Ultra HD Triple Video Docking Station D3100 UK – Mfr : 452 -BBOO

Quantity 30

The order will be split and to be delivered across the 4 sites below :-

Cardiff

53 Charles Street, Cardiff CF10 2GD

Cwmbran

Unit 21, North Walk, Cwmbran, NP44 1PR

Cross Hands

Careers Wales, Heol Nantyreos, Cross Hands,Carmarthenshire, SA14 6RJ

Parc Menai

5 Llys Castan, Parc Menai Business Parc, Bangor, Gwynedd, LL57 4FD

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=89051.

2.3

Notice Coding and Classification

30000000 Office and computing machinery, equipment and supplies except furniture and software packages
30200000 Computer equipment and supplies
100 UK - All
1000 WALES
1010 West Wales and The Valleys
1011 Isle of Anglesey
1012 Gwynedd
1013 Conwy and Denbighshire
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1017 Bridgend and Neath Port Talbot
1018 Swansea
1020 East Wales
1021 Monmouthshire and Newport
1022 Cardiff and Vale of Glamorgan
1023 Flintshire and Wrexham
1024 Powys

2.4

Total quantity or scope of tender

3 Conditions for Participation

3.1

Minimum standards and qualification required

1.Tendering Terms

o CCDG reserves the right to reject or disqualify a Tenderer where:

 the tender is submitted late, is completed incorrectly, is incomplete or fails to meet the CCDG's submission requirements.

 the Tenderer is guilty of serious misrepresentation in relation to its application and / or the process; and / or

 the Tenderer contravenes any of the terms and conditions of this tender; and/or

 there is a change in identity (including where applicable the make up of consortia), control, financial standing or other factor impacting on the evaluation process affecting the Tenderer; and/or

 where the pricing of a tender is abnormally low

o The disqualification of a Tenderer will not prejudice any other civil remedies available to CCDG and will not prejudice any criminal liabilities that such conduct by a Tenderer may attract.

o CCDG further reserves the right to:

 cancel the tender process at any stage for any reason;

 require a Tenderer to clarify their submission in writing or by means of a clarification meeting and / or provide additional information. (Failure to respond adequately may result in the disqualification of a Tenderer);

 amend the terms and conditions of the tender process; and/or

 award only part of the contract.

o CCDG reserves the right to withdraw from the tendering process at any stage or to vary the scope of the Products required and CCDG shall not be liable to any Tenderer as a result of this action. In the event that the tender process is cancelled no part of the tender submitted shall be returned to the Tenderer.

o Tenderers acknowledge and agree by their submission that their tender remains open for acceptance by CCDG for six months from the closing date for receipt of tenders.

Communication

o All contact must be made through Paul Powell who will facilitate appropriate contact with other relevant persons. Contact should be made by email to paul.powell@careerswales.com

o Tenderers must not in any way canvass or solicit information from any other employee of CCDG or its agents and / or advisers.

Clarification

o Should any Tenderer wish to raise any questions or obtain any further information not contained in the tender or not otherwise publicly available all questions / requests must be submitted to Paul Powell;before 5pm on 25/01/2019 to the email address set out in section 1.6

o If a question or request for clarification or further information is not made by the date referred to in section 1.8, CCDG reserves the right not to respond but may, at its own discretion, endeavour to respond to the Tenderer and provide the Tenderer with any additional information to which CCDG has access, but CCDG shall not be obliged to comply with any such request and does not accept any liability or responsibility for failure to provide any such information.

o CCDG will endeavour to respond to queries within seven working days and will advise Tenderers if a longer response time is required due to the nature of the query.

o Tenderers are encouraged to identify issues on which they would like clarification as early as possible in the tendering process and must raise a clarification if any aspect of this tender is not clear to the Tenderer.

Right to Amend

o CCDG reserves the right to issue supplementary documentation at any time during the process in order to clarify any issue or amend any aspect of the tender. All such further documentation issued by CCDG during the tendering process shall be deemed to form part of the tender and shall supersede any part of the tender to the extent indicated. CCDG may exercise the option to extend the tender period and postpone the tender return date, in the event that subsequent documentation is issued or for any other reason.

Confidentiality

o Save as specified below, CCDG and its advisors will keep confidential the tenders and any other information supplied by Tenderers during the tendering process and will use best endeavours to prevent any disclosures by their officers and employees.

o Tenderers must be aware that at key stages in the project CCDG may be obliged to disclose detailed information relating to Tenders to relevant monitoring authorities and to make the key project documents available for private inspection by such authorities.

o Whilst CCDG will be reasonable as regards the protection of commercially sensitive information, it can only do so in the light of the latest published guidance on this area.

Freedom of Information and Environmental Information Statement

o CCDG is subject to The Freedom of Information Act 2000 (“Act”) and The Environmental Information Regulations 2004 (“EIR”).

o As part of CCDG’s duties under the Act or EIR, it may be required to disclose information concerning the procurement process or the Contract to anyone who makes a request.

o If the Tenderer considers that any of the information provided in their tender is commercially sensitive (meaning it could reasonably cause prejudice to the Tenderer if disclosed to a third party) then it should be clearly marked as "Not for disclosure to third parties” together with valid reasons in support of the information as being exempt from disclosure under the Act and the EIR.

o CCDG will endeavour to consult with the Tenderer and have regard to comments and any objections before it releases any information to a third party under the Act or the EIR. However CCDG shall be entitled to determine in its absolute discretion whether any information is exempt from the Act and/or the EIR, or is to be disclosed in response to a request of information. CCDG must make its decision on disclosure in accordance with the provisions of the Act or the EIR and can only withhold information if it is covered by an exemption from disclosure under the Act or the EIR.

No re-submissions

o Tenderers are reminded of the requirement that their submissions represent the views of all members of the Tenderer consortium (if any) and their subcontractors and Tenderers will not be allowed to resubmit key areas of their proposals at later stages of the tender process.

Canvassing and non-collusion

o Except as specifically authorised by CCDG, Tenderers shall not approach any other Tenderer or member of CCDG’s staff with a view to seeking information in respect of any part of their submission or proposals or attempting to support or enhance their prospects of their tender being selected.

o Any collusion between Tenderers, combining of Tenderers or transfer of any equity partner, development manager, advisor or subcontractor from one Tenderer to another may lead to the exclusion of the Tenderers involved at the discretion of CCDG.

o Tenderers are required to return the Form Of Tender, Certificate of Non-canvassing and Non-collusive Tendering as set out in Appendices 1, 2 and 3 .

Publicity

o No publicity regarding the project or the award of the contract will be permitted unless and until CCDG have given express written consent to the relevant communication. In particular, no statements should be made to the press or other similar organisations regarding the nature of any tender, its contents or any proposals relating thereto without prior written consent.

Costs

o All Tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of their tender and the tendering process. Under no circumstances will CCDG, or any of its advisers, be liable for any costs or expenses borne by the Tenderer or any of its consortium members, subcontractors or advisers in this process or for any economic loss or other loss of profit incurred by any Tenderer in relation to the project.

Compliance with Legislation

o Tenderers are deemed to understand fully the processes that CCDG is required to follow under relevant European and UK legislation, particularly in relation to The Public Contracts Regulations 2015.

o Compliance with all relevant legislation is required both in the contract award procedure and during the term of any resultant contract

Jurisdiction and governing laws

o All aspects of the tendering process shall be governed by and construed in accordance with the laws of England and Wales as applied in Wales and each Tenderer submits to the jurisdiction of the English and Welsh courts.

Disclaimer

o None of CCDG, its advisors, or directors, officers, members, partners, employees, other staff, agents or advisers of any such person:

 makes any representation or warranty (express or implied) as to the accuracy, reasonableness or completeness of the information in the tender. Any persons considering making a decision to enter into contractual relationships with CCDG following receipt of the tender should make their own investigations and their own independent assessment of CCDG and its requirement for the Products and should seek their own professional financial and legal advice; or

 accepts any responsibility for the information in the tender or for its fairness, accuracy or completeness, nor shall any of them be liable for any loss or damage (other than in respect of fraudulent misrepresentation) arising as a result of reliance on such information or any subsequent communication. Only the express terms of any written contract relating to the subject matter of this tender as and when it is executed shall have any contractual effect in connection with the matters to which it relates. Any such contract will be governed by English and Welsh law.

o Nothing in the tender or other contract documents is or should be relied upon as a promise or representation as to CCDG's ultimate decisions in relation to this project.

o No oral acceptance by CCDG of any offer or outline submissions within an offer shall be valid or binding on CCDG.

o In order to further ensure a fair and competitive process, CCDG requires that all actual or potential conflicts of interest are disclosed, identified and resolved to CCDG ’s satisfaction prior to the submission of Tenders or immediately notified to CCDG in the event that any actual or potential conflict of interest comes to the Tenderer’s attention following the submission of a Tender. In such circumstances CCDG may require further information from Tenderers but reserve the right to disqualify a Tenderer from further involvement.

CCDG reserves the right to exclude Tenderers from the procurement process should actual or potential conflicts of interest be found by CCDG to confer an unfair competitive advantage on one or more Tenderers or to otherwise undermine a fair and competitive procurement process and, following consultation with the Tenderer, such actual or potential conflicts are not resolved to the satisfaction of CCDG. Some products listed are optional and may not be purchased. If a decision is taken not to purchase a product then the tender costs will be reduced accordingly prior to marking.

4 Administrative Information

4.1

Type of Procedure

Single stage

4.2

Reference number attributed to the notice by the contracting authority

N/a

4.3

Time Limits

Time-limit for receipt of completed tenders
    30-01-2019  Time  16:00

Estimated award date
 06-02-2019

4.5

Language or languages in which tenders or requests to participate can be drawn up

EN 

Cymraeg

4.6

Tender Submission Postbox

5 Other Information

5.1

Additional Information

2. Tender Process

The tender will be scored based on the following criteria:

• Price: 70% of the overall score

• After Care service10%

• Working Practices 10%

• Sustainability and environmental practices 10%.

Price

Tenderers will be expected to submit the following

• Total price for all IT components as detailed within the specification

After Care Service

Please provide details of any after care service available, whether there are dedicated account managers maximum 300 words

Working Practices

CCDG has adopted the Welsh Government ‘s Code of Practice on Ethical Procurement in Supply Chains. Please describe how you commit to fare working practices for workers within your organisation focusing on fair pay, fair work practices and opportunities to develop skills maximum 300 words.

We would like to bring to the attention of our perspective suppliers guidance on the code of Ethical Supply Chains as published by the Welsh Government.

https://gov.wales/topics/improvingservices/bettervfm/code-of-practice/?lang=en

Adopting the code voluntarily is not a requirement of this tender.

Environment

Careers Wales Embrace Sustainable Development principles in all aspects of procurement to ensure that environmental, social and economic factors are considered within the framework of value for money’ Suppliers are required to include a paragraph on how they incorporate environment awareness within their organisation maximum 300 words.

Submission Details

A total of three hard copies of the tender document should be provided. Faxed or emailed tenders will not be accepted.

They should be delivered to the Careers Wales no later than 4pm on Wednesday 30th JAN 2019. Tenders received after this date will not be considered.

All tenders should be sent to:

Paul Powell

53 Charles Street

Cardiff

CF10 2GD

All tenders will be reviewed by a panel and approval will be sought from the Chair of the Audit and Risk committee.

It should be noted that:

1. Careers Wales will not be liable for or pay expenses or losses whatsoever which

may be incurred by any tenderer in the preparation of a submission.

2. The contract will be awarded based on the following criteria:

Overview of Scoring

Price and Compliance

The lowest price submitted will be awarded the maximum score of 70 for price alone, with tenderers thereafter being allocated a relative score which will be 70 marks less the percentage difference from the lowest price.

For example lowest price is £40,000 the next lowest is £50,000 per day the second lowest tender would score 70 – (10,000/40,000x100) = -17.5 score of 52.5.

The following marks are allocated to each section for quality:

• After Care Service 10 marks

• Working practices 10 marks

• Environment 10 marks

The scoring methodology

1. Very Good or Fully Compliant Submission -which meets all requirements and is fully explained in comprehensive detail – between 90 to 100% of the marks available

2. Good or Fully Compliant Submission -which meets all the requirements and is explained in reasonable detail between 70% and 80% of the marks available

3. Satisfactory or Compliant Submission -which meets the essential requirements and is explained in adequate detail 50% to 60% of the marks available

4. Weak or Partially Compliant (Minor issues) Submission where some areas falls short of requirements and is poorly explained 30% to 40% of the marks available

5. Unacceptable or Non Compliant (Major issues) Submission which fails to meet requirements and is not explained 10% to 20% of the marks available

The following represents the indicative timescale for the key stages of the tender process. These

dates are subject to change

The following represents the indicative timescale for the key stages of the tender process. These

dates are subject to change

• Issue of Invitations to Tender – 21st Jan 19

• Receipt of tenders – 30th Jan 19 @ 4:00pm

• Notification of Agreement award – 6th Feb 19

(WA Ref:89051)

5.2

Additional Documentation

Tender IT hardware draft 2
Tendering certificate
TENDER RETUN LABEL

5.3

Publication date of this notice

 21-01-2019

Coding

Commodity categories

ID Title Parent category
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
30000000 Office and computing machinery, equipment and supplies except furniture and software packages Computer and Related Services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
21 January 2019
Deadline date:
30 January 2019 00:00
Notice type:
Contract Notice
Authority name:
Careers Wales
Publication date:
08 February 2019
Notice type:
Contract Award Notice
Authority name:
Careers Wales

About the buyer

Main contact:
PAUL.POWELL@CAREERSWALES.COM
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx35.54 KB
This file may not be accessible.
docx
docx13.28 KB
This file may not be accessible.
pdf
pdf16.42 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.