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

Link: 2 IT Hardware.

  • First published: 20 August 2016
  • Last modified: 20 August 2016

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)

Contents

Summary

OCID:
Published by:
NHS Shared Business Services Ltd (NHS SBS)
Authority ID:
AA0106
Publication date:
20 August 2016
Deadline date:
19 September 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Provision of Computer Desktops:

Products available include Desktop computers (including small form factors, micro's, all in 1's thin/0 client devices) plus peripherals (including monitors) where purchased with a desktop.

Includes warranty and lease options.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Shared Business Services and North of England Commercial Procurement Collaborative

05280446

NHS SBS (Halyard Court, 31 Broadway, The Quays) NOE CPC (Don Valley House, Savile Street East, Sheffield, S4 7UQ)

Manchester and Sheffield

M50 2UW and S4 7UQ

UK

Contact person: Paul Christie and Rory Browne

Telephone: +44 1612123715

E-mail: paul_christie@nhs.net and rory.browne@noecpc.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://nhssbs.eu-supply.com/ctm/Company/CompanyInformation/Index/39

Address of the buyer profile: https://in-tendhost.co.uk/noecpc

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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=16796&B=NHSSBS


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=16796&B=NHSSBS


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


I.4) Type of the contracting authority

Other: NHS SBS (Joint venture between the Department of Health and Sopra Steria) — NOE CPC Body Governed by Public Law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Link: 2 IT Hardware.

II.1.2) Main CPV code

30200000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Procurement for the Provision of IT Hardware and Services that fall within Lots for Desktops, Laptops, Tablets, Healthcare IT, Clinical Monitors, Green IT, Printers/Scanners, Deployment Services, Third Party Warranty and 1-Stop-Shop. The framework will be for the benefit of All Public sector bodies, including any statutory and other successor organisations to any of the foregoing and in addition any other commissioners (whether alone of jointly with any other organisation), providers and regulators of NHS funded (either in whole or in part) services including practice based commissioning consortia, general practice commissioning consortia, NHS England (and all sub-national offices including any body obtaining new membership to NHS Shared Business Services Ltd and/or NOE CPC). This list may be subject to change and can include other organisations that are NHS SBS and/or NOE CPC members.

II.1.5) Estimated total value

Value excluding VAT: 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

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 Desktops

II.2.2) Additional CPV code(s)

30210000

30212000

30213100

30213200

30213300

30214000

30215000

30216100

30216110

30230000

30231000

30231300

30231320

30232000

30232100

30232110

30232130

30232150

30236000

30237000

30237200

30237300

32323000

32323100

32351200

33111200

33111600

33197000

39134000

48624000

50300000

50324000

51600000

51611000

51611100

51612000

72510000

72610000

72611000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

Provision of Computer Desktops:

Products available include Desktop computers (including small form factors, micro's, all in 1's thin/0 client devices) plus peripherals (including monitors) where purchased with a desktop.

Includes warranty and lease options.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Start: 01/12/2016

End: 30/11/2020

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: Yes

Description of options:

2 Year Framework for the Option to Extend for a further 2 x 12 months. The Top 8 Suppliers will be awarded a place onto this Lot of the Framework Agreement.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Lot 2 Laptops

II.2.2) Additional CPV code(s)

30210000

30212000

30213100

30213200

30213300

30214000

30215000

30216100

30216110

30230000

30231000

30231300

30231320

30232000

30232100

30232110

30232130

30232150

30236000

30237000

30237200

30237300

32323000

32323100

32351200

33111200

33111600

33197000

39134000

48624000

50300000

50324000

51600000

51611000

51611100

51612000

72510000

72610000

72611000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

Provision of Laptops. Products available include Laptop computers, notebook devices, rugged devices, 2 in 1s, thin and lightweight clients plus peripherals. Includes warranty and lease options.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Start: 01/12/2016

End: 30/11/2020

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: Yes

Description of options:

2 Year Framework for the Option to Extend for a further 2 x 12 months. The Top 8 Suppliers will be awarded a place onto this Lot of the Framework Agreement.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Lot 3 Tablets

II.2.2) Additional CPV code(s)

30210000

30212000

30213100

30213200

30213300

30214000

30215000

30216100

30216110

30230000

30231000

30231300

30231320

30232000

30232100

30232110

30232130

30232150

30236000

30237000

30237200

30237300

32323000

32323100

32351200

33111200

33111600

33197000

39134000

48624000

50300000

50324000

51600000

51611000

51611100

51612000

72510000

72610000

72611000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

Provision of Tablet Devices. Products available include Tablets and Slate devices (wraparound, detachable, phablets) plus peripherals where purchased with a tablets/slate computer. Includes warranty and lease options.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 50 000 000.00  GBP

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

Start: 01/12/2016

End: 30/11/2020

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: Yes

Description of options:

2 Year Framework for the Option to Extend for a further 2 x 12 months. The Top 8 Suppliers will be awarded a place onto this Lot of the Framework Agreement.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Lot 4 Healthcare IT

II.2.2) Additional CPV code(s)

30210000

30212000

30213100

30213200

30213300

30214000

30215000

30216100

30216110

30230000

30231000

30231300

30231320

30232000

30232100

30232110

30232130

30232150

30236000

30237000

30237200

30237300

32323000

32323100

32351200

33111200

33111600

33197000

39134000

48624000

50300000

50324000

51600000

51611000

51611100

51612000

72510000

72610000

72611000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

Provision of Healthcare IT. Products available include (but not limited to) Mobile Carts including PC's when purchased together, Infection control products, Mobile Clinical Assistant Devices, for use in point of care and mobile environments plus peripherals. Includes warranty and lease options.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 50 000 000.00  GBP

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

Start: 01/12/2016

End: 30/11/2020

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: Yes

Description of options:

2 Year Framework for the Option to Extend for a further 2 x 12 months. The Top 5 Suppliers will be awarded a place onto this Lot of the Framework Agreement.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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: 5

II.2.1) Title

Lot 5 Clinical Monitors

II.2.2) Additional CPV code(s)

30210000

30212000

30213100

30213200

30213300

30214000

30215000

30216100

30216110

30230000

30231000

30231300

30231320

30232000

30232100

30232110

30232130

30232150

30236000

30237000

30237200

30237300

32323000

32323100

32351200

33111200

33111600

33197000

39134000

48624000

50300000

50324000

51600000

51611000

51611100

51612000

72510000

72610000

72611000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

Provision of Clinical Monitors. Products available include (but not limited to) 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 warranty and lease options.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 25 000 000.00  GBP

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

Start: 01/12/2016

End: 30/11/2020

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: Yes

Description of options:

2 Year Framework for the Option to Extend for a further 2 x 12 months. The Top 5 Suppliers will be awarded a place onto this Lot of the Framework Agreement.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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: 6

II.2.1) Title

Lot 6 Green IT

II.2.2) Additional CPV code(s)

30210000

30212000

30213100

30213200

30213300

30214000

30215000

30216100

30216110

30230000

30231000

30231300

30231320

30232000

30232100

30232110

30232130

30232150

30236000

30237000

30237200

30237300

32323000

32323100

32351200

33111200

33111600

33197000

39134000

48624000

50300000

50324000

51600000

51611000

51611100

51612000

72510000

72610000

72611000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

Provision of Green IT. Products available include IT hardware which demonstrates significant sustainability benefits beyond efficient energy use incorporating environmental, economic and social sustainability principles such as regeneration of local and global environments, economic redistribution, carbon reduction, sustainable supply chain management, life cycle costing (LCC).

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Start: 01/12/2016

End: 31/08/2020

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: Yes

Description of options:

2 Year Framework for the Option to Extend for a further 2 x 12 months. The Top 5 Suppliers will be awarded a place onto this Lot of the Framework Agreement.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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: 7

II.2.1) Title

Lot 7 Printers and Scanners

II.2.2) Additional CPV code(s)

30210000

30212000

30213100

30213200

30213300

30214000

30215000

30216100

30216110

30230000

30231000

30231300

30231320

30232000

30232100

30232110

30232130

30232150

30236000

30237000

30237200

30237300

32323000

32323100

32351200

33111200

33111600

33197000

39134000

48624000

50300000

50324000

51600000

51611000

51611100

51612000

72510000

72610000

72611000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

Provision of Printers and Scanners. Products available include (but not limited to) office and medical prescription printers, asset scanners, bar-code scanners plus peripherals when purchased. Includes warranty and lease options.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 25 000 000.00  GBP

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

Start: 01/12/2016

End: 30/11/2020

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: Yes

Description of options:

2 Year Framework for the Option to Extend for a further 2 x 12 months. The Top 8 Suppliers will be awarded a place onto this Lot of the Framework Agreement.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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: 8

II.2.1) Title

Lot 8 Deployment Services

II.2.2) Additional CPV code(s)

30210000

30212000

30213100

30213200

30213300

30214000

30215000

30216100

30216110

30230000

30231000

30231300

30231320

30232000

30232100

30232110

30232130

30232150

30236000

30237000

30237200

30237300

32323000

32323100

32351200

33111200

33111600

33197000

39134000

48624000

50300000

50324000

51600000

51611000

51611100

51612000

72510000

72610000

72611000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

Provision of Deployment Services. Services available include (but not limited to) short lead-time supply of IT hardware, asset tagging, imaging, delivery to desk, installation, packaging removal and disposal.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Start: 01/12/2016

End: 30/11/2020

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: Yes

Description of options:

2 Year Framework for the Option to Extend for a further 2 x 12 months. The Top 5 Suppliers will be awarded a place onto this Lot of the Framework Agreement.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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: 9

II.2.1) Title

Lot 9 Third Party Warranty

II.2.2) Additional CPV code(s)

30210000

30212000

30213100

30213200

30213300

30214000

30215000

30216100

30216110

30230000

30231000

30231300

30231320

30232000

30232100

30232110

30232130

30232150

30236000

30237000

30237200

30237300

32323000

32323100

32351200

33111200

33111600

33197000

39134000

48624000

50300000

50324000

51600000

51611000

51611100

51612000

72510000

72610000

72611000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

Provision of Third Party Warranty. Services available include warranty provision to replace lapsed manufacture warranty cover.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Start: 01/12/2016

End: 30/11/2020

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: Yes

Description of options:

2 Year Framework for the Option to Extend for a further 2 x 12 months. The Top 5 Suppliers will be awarded a place onto this Lot of the Framework Agreement.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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: 10

II.2.1) Title

Lot 10 1 Stop Shop

II.2.2) Additional CPV code(s)

30210000

30212000

30213100

30213200

30213300

30214000

30215000

30216100

30216110

30230000

30231000

30231300

30231320

30232000

30232100

30232110

30232130

30232150

30236000

30237000

30237200

30237300

32323000

32323100

32351200

33111200

33111600

33197000

39134000

48624000

50300000

50324000

51600000

51611000

51611100

51612000

72510000

72610000

72611000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

Provision of a 1 Stop Shop. A selection of IT Hardware and Service including at least 4 of the following categories: Desktops, Laptops Tablets / Slate Computers, Specialist Healthcare Related IT Hardware, Clinical Monitors, Medical Displays, Green sustainable IT Hardware, Printers / Scanners / Asset Scanners, Deployment Services.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Start: 01/12/2016

End: 30/11/2020

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: Yes

Description of options:

2 Year Framework for the Option to Extend for a further 2 x 12 months. The Top 5 Suppliers will be awarded a place onto this Lot of the Framework Agreement.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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:

This procurement exercise will be conducted on the EU supply e Tendering portal at: https://nhssbs.eu-supply.com

Candidates wishing to be considered for this agreement must register their expression of interest and provide additional procurement specific information through this portal.

To register interest:

1) Go to ‘Current Tender Opportunities’ from the e Tendering portal login page: https://nhssbs.eu-supply.com

2) Find the tender listed and click on the title. This will take you to the letter of invitation.

3) If you are not a registered user of EU Supply follow the ‘Online registration’ link otherwise follow the ‘Login’ link and enter username and password.

4) Once logged in ‘Accept’ the invitation to register your interest in the opportunity. You will then be taken direct to the tender response screen.

5) Go to the ‘Access Documents’ folder on the response screen to view and download tender documentation.

6) EU Supply Tender ID 24667.

Further guidance on how to access and respond to the opportunity is available in the ‘Quick Guide for Suppliers’ which is available for downloading from the main portal login page: https://nhssbs.eu-supply.com

(Follow link: ‘Quick Guide for Suppliers’).

For any support in submitting your response please contact EU Supply Help desk at support@eu-supply.com (Tel. 0800 840 2050) quoting the tender ID number.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Details will be included in the procurement documentation available for download from EU supply e Tendering portal: https//nhssbs.eu-supply.com

Minimum level(s) of standards possibly required:

Information and formalities necessary for evaluating if the requirements are met:

Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com

Minimum level(s) of standards possibly required:

Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Details will be included in the procurement documentation available for download from EU supply e Tendering portal: https://nhssbs.eu-supply.com

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.

Envisaged maximum number of participants to the framework agreement: 40

IV.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction:

NOE CPC and/or NHS SBS reserves the right to use an electronic auction as part of the tendering process, if appropriate.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 19/09/2016

Local time: 16:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 20/09/2016

Local time: 12:00

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

Due to Restrictions placed on Contracting Authority's, (limit of 4 000 characters for this section) the list of Contracting Authorities able to access is in the document ‘Contracting Authority Access’. This framework is available for all public sector organisations in the UK.

SBS;

5 Boroughs Partnership FT;

Alder Hey Childrens FT;

Blackpool Teaching Hospitals FT;

Bolton NHSFT;

Bridgewater Community Healthcare NHS Trust;

Calderstones Partnership FT;

Central Manchester University Hospitals FT;

Cumbria Partnership NHSFT;

East Cheshire NHS Trust;

East Lancashire Hospitals NHS Trust;

East London NHSFT;

Greater Manchester West Mental Health FT;

Lancashire Care NHSFT;

Liverpool Community Health NHS Trust;

Manchester Mental Health and Social Care Trust;

Mersey Care NHS Trust;

North West Ambulance Service NHS Trust;

Pennine Care NHSFT;

Salford Royal NHSFT;

St Helens and Knowsley Teaching Hospitals NHS Trust;

Staffordshire and Stoke-on-Trent Partnership NHS Trust;

Tameside Hospital FT;

The Christie Hospital FT;

University Hospital of South Manchester FT;

University Hospitals of Morecambe Bay NHSFT

Wrightington Wigan and Leigh NHSFT;

NHS England;

NHS Brent CCG;

NHS Central London (Westminster) CCG;

NHS Ealing CCG;

NHS Hammersmith and Fulham CCG;

NHS Harrow CCG;

NHS Hillingdon CCG;

NHS Hounslow CCG;

NHS West London CCG;

Central and North West London NHSFT;

North Tees and Hartlepool NHSFT;

Plymouth Community Healthcare;

South West Yorkshire Partnership NHSFT;

NHS Cumbria CCG;

NHS Darlington CCG;

NHS Durham Dales Easington and Sedgefield CCG;

NHS Hartlepool and Stockton-on-Tees CCG;

NHS Newcastle Gateshead CCG;

NHS North Durham CCG;

NHS North Tyneside CCG;

NHS Northumberland CCG;

NHS South Tees CCG;

NHS South Tyneside CCG;

NHS Sunderland CCG;

NOE CPC;

Barnsley Hospital NHSFT;

Bedford Hospital NHS Trust;

Blackburn with Darwen CCG;

Blackpool CCG;

Bradford Teaching Hospitals NHSFT;

Burton Hospitals NHSFT;

Calderdale and Huddersfield NHSFT;

Cannock Chase CCG;

Chesterfield Royal Hospital NHSFT;

Chorley and South Ribble CCG;

Colchester Hospital University NHSFT;

Derby Hospitals NHSFT;

Derbyshire Community Health Services NHSFT;

Doncaster and Bassetlaw Hospitals NHSFT;

East Lancashire CCG;

East Staffordshire CCG;

Fylde and Wyre CCG;

Greater Preston CCG;

Harrogate and District NHSFT;

Health Education England;

Heart of England NHSFT;

Herefordshire CCG;

Humber NHSFT;

Ipswich Hospital NHS Trust;

James Paget University Hospitals NHSFT;

Lancashire North CCG;

Leeds and York Partnership NHSFT;

Leeds Community Healthcare NHS Trust;

Leeds Teaching Hospitals NHS Trust;

Locala Community Partnerships CIC;

Mid Cheshire Hospitals NHSFT;

Mid Yorkshire Hospitals NHS Trust;

Midlands and Lancashire CSU;

NHS Eastern Cheshire CCG;

NHS Halton CCG;

NHS Knowsley CCG;

NHS Liverpool CCG;

NHS Redditch and Bromsgrove CCG;

NHS South Cheshire CCG;

NHS South Sefton CCG;

NHS South Worcestershire CCG;

NHS Southport and Formby CCG;

NHS St Helens CCG;

NHS Vale Royal CCG;

NHS Warrington CCG;

NHS West Cheshire CCG;

NHS Wirral CCG;

NHS Wyre Forest CCG;

North Cumbria University Hospitals NHS Trust;

North Staffordshire CCG;

North Staffordshire Combined Healthcare NHS Trust;

Northern Lincolnshire and Goole NHSFT;

Northumbria Healthcare NHSFT;

Nottingham University Hospitals NHS Trust;

QE Facilities Ltd (wholly owned subsidiary of Gateshead Health NHSFT);

Salisbury NHSFT;

Sheffield Children's NHSFT;

Sheffield Health and Social Care NHSFT;

Sheffield Teaching Hospitals NHSFT;

Sherwood Forest Hospitals NHSFT;

Shropshire CCG;

South East Staffordshire and Seisdon Peninsula CCG;

South Staffordshire and Shropshire Healthcare NHSFT;

Southend University Hospital NHSFT;

Southport and Ormskirk Hospital NHS Trust;

Stafford and Surrounds CCG;

Stockport NHSFT;

Stoke-on-Trent CCG;

Telford and Wrekin CCG;

The Newcastle upon Tyne Hospitals NHSFT;

The Queen Elizabeth Hospital King's Lynn NHSFT;

The Rotherham NHSFT;

United Lincolnshire Hospitals NHS Trust;

University Hospital of North Midlands NHS Trust;

University Hospitals Birmingham NHSFT;

University Hospitals of Leicester NHS Trust;

West Lancashire CCG;

York Teaching Hospitals NHSFT;

Yorkshire Ambulance Service NHS Trust.

VI.4) Procedures for review

VI.4.1) Review body

NHS Shared Business Services

Salford

M50 2UW

UK

Telephone: +44 1612123735

E-mail: paul_christie@nhs.net

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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 NHS SBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) 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.

In addition to the public sector bodies identified in VI.3) and subject to the approval of NHS SBS or NOE CPC the use of this contract / framework agreement will be open, on an associate member basis, and may include the following:

Central Government Departments, Executive Agencies and NDPBs;

National Health Service (NHS) bodies, including:

Acute Trusts;

Clinical Commissioning Groups;

Mental Health Trusts;

Ambulance Trusts;

Care Trusts;

Area Teams;

Special Health Authorities;

Other English NHS bodies;

Arms Length Bodies;

NHS Trust Development Authority (TDA);

NHS England and other organisations involved in commissioning of primary care services via Clinical Commissioning Groups — CCGs supported by the Commissioning Support Units — CSU's which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010;

CCG;

CSU;

NHS Professional Regulator;

The NHS Commissioning Board and other organisations involved in commissioning or overseeing General Practitioner services and GP consortia which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010;

GP Practices and any other provider of primary medical services:

a) Who are a party to any of the following contracts:

— General Medical Services;

— Personal Medical Services;

— Alternative Provider Medical Services; and/or

b) Commissioned by the NHS Commissioning Board or other organisations involved in commissioning or overseeing General Practitioner services, as described above:

Social Enterprises;

Local Authorities:

All NHS Wales (National Health Service for Wales) organisations;

Other Welsh Public Bodies — Welsh Local Authorities;

All NHS Scotland (National Health Service for Scotland) Organisations;

Other Scottish Public Bodies;

All NHS Northern Ireland (National Health Service for Northern Ireland) organisations;

Northern Ireland Public Bodies including Local Authorities, Schools, Police Service, Citizens Advice;

Hospices in the UK;

Local Authorities;

Any commercial, not-for-profit, or other charitable entity created, controlled and financed by a local authority or authorities with regard to provision of services captured by this framework;

Police forces and other emergency services, including fire and rescue services, the maritime and coastguard agency and other rescue authorities;

Educational establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but Not Independent Schools;

Registered Social Landlords or Private Registered Providers of social housing;

Third Sector and Registered charities;

Citizens Advice in the United Kingdom;

Devolved and other administrations with the British Isles;

Her Majesty's prison service;

The Ministry of Defence;

Isle of Man Government Health / Public Services.

VI.5) Date of dispatch of this notice

17/08/2016

Coding

Commodity categories

ID Title Parent category
30232130 Colour graphics printers Peripheral equipment
32323100 Colour video monitors Video monitors
30237200 Computer accessories Parts, accessories and supplies for computers
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
39134000 Computer furniture Office furniture
30231000 Computer screens and consoles Computer-related equipment
30237300 Computer supplies Parts, accessories and supplies for computers
72610000 Computer support services Computer support and consultancy services
30230000 Computer-related equipment Computer equipment and supplies
72510000 Computer-related management services Computer-related services
30210000 Data-processing machines (hardware) Computer equipment and supplies
30213300 Desktop computer Personal computers
30231300 Display screens Computer screens and consoles
51611100 Hardware installation services Installation services of computers
30232150 Inkjet printers Peripheral equipment
51611000 Installation services of computers Installation services of computers and information-processing equipment
51600000 Installation services of computers and office equipment Installation services (except software)
51612000 Installation services of information-processing equipment Installation services of computers and information-processing equipment
30232110 Laser printers Peripheral equipment
33197000 Medical computer equipment Miscellaneous medical devices and products
30215000 Microcomputer hardware Data-processing machines (hardware)
30212000 Minicomputer hardware Data-processing machines (hardware)
30236000 Miscellaneous computer equipment Computer-related equipment
30216100 Optical readers Magnetic or optical readers
30237000 Parts, accessories and supplies for computers Computer-related equipment
30232000 Peripheral equipment Computer-related equipment
48624000 Personal computer (PC) operating system software package Operating systems
30213100 Portable computers Personal computers
30232100 Printers and plotters Peripheral equipment
33111600 Radiography devices X-ray devices
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
30216110 Scanners for computer use Magnetic or optical readers
32351200 Screens Accessories for sound and video equipment
50324000 Support services of personal computers Repair and maintenance services of personal computers
30213200 Tablet computer Personal computers
72611000 Technical computer support services Computer support services
30231320 Touch screen monitors Computer screens and consoles
32323000 Video monitors Television and audio-visual equipment
30214000 Workstations Data-processing machines (hardware)
33111200 X-ray workstations X-ray devices

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:
paul_christie@nhs.net and rory.browne@noecpc.nhs.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.