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

Technology Products and Associated Services

  • First published: 29 April 2019
  • Last modified: 29 April 2019
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Cabinet Office
Authority ID:
AA26341
Publication date:
29 April 2019
Deadline date:
03 June 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot is aimed at Suppliers with the capability of providing hardware, software and services.

This lot is for the provision of combined requirements:

— hardware and software and/or

— hardware and software and associated services.

For a detailed description of the requirements please refer to the Specification (Framework Schedule 1).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

Rosebery Court, St Andrews Business Park

Norwich

NR7 0HS

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

Address of the buyer profile: https://crowncommercialservice.bravosolution.co.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://crowncommercialservice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Technology Products and Associated Services

Reference number: RM6068

II.1.2) Main CPV code

30200000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Crown Commercial Service as the Contracting Authority is putting in place a Pan-Government Collaborative Framework Agreement for the supply of commodity technology goods and associated services for use by UK public sector. There are four (4) lots in total, for the detailed description please refer to the Specification (Framework Schedule 1).

The agreement will facilitate the purchase of technology hardware, software and associated services. Associated services are summarised below (note — associated services can only be ordered with goods).

— end user support,

— service desk,

— integration,

— system installation,

— project management,

— training,

— leasing (hire of goods),

— security management,

— hardware asset management,

— software asset management,

— network infrastructure management service,

— device as a service,

— escrow.

There will be a separate procurement for Technology Products Online Purchasing Content (RM6147)

II.1.5) Estimated total value

Value excluding VAT: 6 500 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

If during standstill we receive a substantive challenge to our decision to award and the challenge is for a certain lot, we reserve the right, to conclude a framework agreement with successful bidders for the lot(s) that have not been challenged.

II.2) Description

Lot No: 1

II.2.1) Title

Hardware and Software and Associated Services

II.2.2) Additional CPV code(s)

30000000

30100000

30200000

30210000

30213000

30213200

30213300

30215000

30230000

30231000

30232000

30233000

30234000

30236000

30237000

30237300

31154000

31300000

32232000

32250000

32260000

32270000

32420000

32421000

32422000

32423000

32424000

32425000

32427000

34421000

48000000

48100000

48200000

48210000

48220000

48300000

48400000

48500000

48600000

48700000

48730000

48731000

48732000

48800000

48900000

50300000

50312000

50320000

51000000

51600000

51610000

72000000

72100000

72200000

72210000

72212732

72500000

72800000

72900000

80533000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot is aimed at Suppliers with the capability of providing hardware, software and services.

This lot is for the provision of combined requirements:

— hardware and software and/or

— hardware and software and associated services.

For a detailed description of the requirements please refer to the Specification (Framework Schedule 1).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Hardware and Associated Services

II.2.2) Additional CPV code(s)

30000000

30100000

30200000

30210000

30213000

30213100

30213200

30213300

30215000

30230000

30231000

30232000

30233000

30234000

30236000

30237000

30237300

31154000

31300000

32232000

32250000

32260000

32270000

32351000

32420000

32421000

32422000

32423000

32424000

32425000

32427000

34421000

50300000

50312000

50320000

51000000

51600000

72000000

72100000

72500000

72800000

72900000

80533000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot is aimed at Suppliers who have the capability to provide hardware requirements, including, but not limited to; end user devices, infrastructure hardware, consumables and peripheral equipment with Associated Services.

Suppliers will have the ability to provide extended product warranties; support; upgrade and maintenance services associated with products purchased; hardware configuration; imaging devices (utilising Buyer’ pre-owned or separately procured software licences where applicable); delivery to desk/server room; installation; consignment stocking and deliveries as required; project management of implementations e.g. estate refreshes; provision of management information reports to Buyers; technical support; on-site warranty repairs (as required); and loaning test devices.

For a detailed description of the requirements please refer to the Specification (Framework Schedule 1).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Software and Associated Services

II.2.2) Additional CPV code(s)

48000000

48100000

48200000

48210000

48220000

48300000

48400000

48500000

48600000

48700000

48730000

48731000

48732000

48800000

48900000

50300000

72000000

72200000

72210000

72212732

72300000

72500000

72800000

72900000

80533000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot is aimed at Suppliers for software, who have the capability to supply a full range of commercial and Open Source commodity off-the-shelf software, software licenses and associated commoditised software services.

Suppliers will have the ability to provide (not limited to) warranties; including but not limited to; extended product warranties; repairs and bug fix warranties in addition to that, the Supplier shall manage such product returns and replacements as appropriate. This includes third party relationship management across the provision of such warranties.

For a detailed description of the requirements please refer to the Specification (Framework Schedule 1).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Information Assured Products and Associated Services

II.2.2) Additional CPV code(s)

30000000

30100000

30191400

30200000

30210000

30213000

30213200

30213300

30215000

30230000

30231000

30232000

30233000

30234000

30236000

30237000

30237300

31154000

31300000

32231000

32232000

32234000

32235000

32260000

32270000

32300000

32320000

32333000

32341000

32342000

32343000

32351000

32420000

32421000

32423000

32424000

32425000

32427000

34421000

35700000

35710000

38653400

48000000

48100000

48120000

48130000

48200000

48300000

48400000

48500000

48600000

48700000

48730000

48731000

48732000

48800000

50300000

50312000

50320000

51000000

51310000

51600000

51610000

72000000

72100000

72200000

72210000

72212732

72212900

72300000

72800000

72900000

80533000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot is aimed at Suppliers of commoditised IT products and solutions that are capable of meeting specific protective, information assurance requirements.

Suppliers will be able to provide a range of associated services.

For a detailed description of the requirements please refer to the Specification (Framework Schedule 1).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to the bid pack..

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to the bid pack..


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to the bid pack.

In accordance with PPN04-15 (Taking Account of Suppliers’ Past Performance) the Contracting Authority will also assess whether this selection criterion is met on request from the framework agreement user prior to the proposed conclusion of a call-off contract with a value of 20 000 000 GBP or greater (excluding VAT). Failure to meet the selection criterion set will render the supplier ineligible for that call-off contract. This applies to Lots 1 and 3 only.


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 132-300038

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 03/06/2019

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 23/10/2019

IV.2.7) Conditions for opening of tenders

Date: 03/06/2019

Local time: 15:01

Place:

Electronically, via web-based portal.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework.

The duration of the framework agreement will be a maximum of 4 years, with the first term being 2 years, with a further possible extension of 2 (two) 1-year periods.

The framework agreement will utilise the Public Sector Contract. The core terms of the Public Sector Contract can be found at https://www.gov.uk/government/publications/the-public-sector-contract-core-terms

All schedules and specific documentation related to this procurement will be included within the bid pack at https://crowncommercialservice.bravosolution.co.uk

where access is unrestricted and free of charge.

Electronic auctions may form part of any further competition process under this framework agreement.

As part of this Contract Notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/ee76a0ac-54a7-4e80-9fe1-e703cd471e01

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer List;

3) Rights reserved for CCS Framework;

4) Lot structure and number of awards (if applicable)

Registering for access:

This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

To register, you will need to:

1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk

2) Select the link “I am a new supplier user”;

3) Read and agree to the portal user agreement;

4) Complete the registration form, providing information including:

— the full legal name of your organisation,

— your company registration number,

— your DUNS number — a unique nine-digit number provided to organisations free of charge by Dun and Bradstreet,

— user and contact details.

Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification e-mail to alert them once this has been done.

Note: If you require additional users from your organisation to see the Invitation to Tender ITT, DO NOT repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via “User Management” > “Manage Users” > “Users” > “Create”.

Expressing an interest:

To express your interest in this procurement:

1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk

2) On the dashboard select the link ITTs Open to All Suppliers;

3) On the “ITTs Open to All Suppliers” webpage you will see one or more procurements listed, click on the procurement name you wish to access;

4) Click on Express Interest at the top of the next screen;

5) You can now access the published documents in the BravoSolution portal.

For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at help@bravosolution.co.uk or call 0800 069 8630.

VI.4) Procedures for review

VI.4.1) Review body

Crown Commercial Service

Rosebery Court, St Andrews Business Park

Norwich

NR7 0HS

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

24/04/2019

Coding

Commodity categories

ID Title Parent category
32351000 Accessories for sound and video equipment Parts of sound and video equipment
32343000 Amplifiers Microphones and loudspeakers
48130000 Aviation ground support and test software package Industry specific software package
48400000 Business transaction and personal business software package Software package and information systems
32235000 Closed-circuit surveillance system Radio transmission apparatus with reception apparatus
32231000 Closed-circuit television apparatus Radio transmission apparatus with reception apparatus
32234000 Closed-circuit television cameras Radio transmission apparatus with reception apparatus
35710000 Command, control, communication and computer systems Military electronic systems
48500000 Communication and multimedia software package Software package and information systems
72800000 Computer audit and testing services IT services: consulting, software development, Internet and support
72900000 Computer back-up and catalogue conversion services IT services: consulting, software development, Internet and support
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
30231000 Computer screens and consoles Computer-related equipment
30237300 Computer supplies Parts, accessories and supplies for computers
30230000 Computer-related equipment Computer equipment and supplies
72500000 Computer-related services IT services: consulting, software development, Internet and support
80533000 Computer-user familiarisation and training services Vocational training services
72212732 Data security software development services Programming services of application software
48732000 Data security software package Security software package
72300000 Data services IT services: consulting, software development, Internet and support
48600000 Database and operating software package Software package and information systems
30210000 Data-processing machines (hardware) Computer equipment and supplies
32260000 Data-transmission equipment Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
30213300 Desktop computer Personal computers
32270000 Digital transmission apparatus Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
48300000 Document creation, drawing, imaging, scheduling and productivity software package Software package and information systems
48731000 File security software package Security software package
48120000 Flight control software package Industry specific software package
72100000 Hardware consultancy services IT services: consulting, software development, Internet and support
48100000 Industry specific software package Software package and information systems
48800000 Information systems and servers Software package and information systems
51000000 Installation services (except software) Other Services
51610000 Installation services of computers and information-processing equipment Installation services of computers and office equipment
51600000 Installation services of computers and office equipment Installation services (except software)
51310000 Installation services of radio, television, sound and video equipment Installation services of communications equipment
31300000 Insulated wire and cable Electrical machinery, apparatus, equipment and consumables; lighting
48220000 Internet and intranet software package Networking, Internet and intranet software package
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
32342000 Loudspeakers Microphones and loudspeakers
50312000 Maintenance and repair of computer equipment Maintenance and repair of office machinery
30233000 Media storage and reader devices Computer-related equipment
30215000 Microcomputer hardware Data-processing machines (hardware)
32341000 Microphones Microphones and loudspeakers
35700000 Military electronic systems Security, fire-fighting, police and defence equipment
30236000 Miscellaneous computer equipment Computer-related equipment
72212900 Miscellaneous software development services and computer systems Programming services of application software
48900000 Miscellaneous software package and computer systems Software package and information systems
32250000 Mobile telephones Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
34421000 Motor scooters Motor scooters and cycles with auxiliary motors
32421000 Network cabling Network equipment
32422000 Network components Network equipment
32420000 Network equipment Networks
32423000 Network hubs Network equipment
32424000 Network infrastructure Network equipment
32425000 Network operating system Network equipment
32427000 Network system Network equipment
48210000 Networking software package Networking, Internet and intranet software package
48200000 Networking, Internet and intranet software package Software package and information systems
30000000 Office and computing machinery, equipment and supplies except furniture and software packages Computer and Related Services
30100000 Office machinery, equipment and supplies except computers, printers and furniture Office and computing machinery, equipment and supplies except furniture and software packages
30237000 Parts, accessories and supplies for computers Computer-related equipment
30232000 Peripheral equipment Computer-related equipment
30213000 Personal computers Data-processing machines (hardware)
30213100 Portable computers Personal computers
72210000 Programming services of packaged software products Software programming and consultancy services
38653400 Projection screens Apparatus for photographic laboratories
50320000 Repair and maintenance services of personal computers Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
48730000 Security software package Software package utilities
30191400 Shredders Office equipment except furniture
48000000 Software package and information systems Computer and Related Services
48700000 Software package utilities Software package and information systems
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
30234000 Storage media Computer-related equipment
30213200 Tablet computer Personal computers
32320000 Television and audio-visual equipment Television and radio receivers, and sound or video recording or reproducing apparatus
32300000 Television and radio receivers, and sound or video recording or reproducing apparatus Radio, television, communication, telecommunication and related equipment
31154000 Uninterruptible power supplies Ballasts for discharge lamps or tubes
32333000 Video recording or reproducing apparatus Apparatus for sound, video-recording and reproduction
32232000 Video-conferencing equipment Radio transmission apparatus with reception apparatus

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.