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