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 Award Notice

ICT VAR Framework

  • First published: 13 January 2021
  • Last modified: 13 January 2021

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:
The Police, Fire and Crime Commissioner for Northamptonshire
Authority ID:
AA77596
Publication date:
13 January 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

ICT VAR Framework. The supplier(s) shall be able to provide a wide range of standard IT products and services, to include but not be limited to end user devices, audio visual equipment, network infrastructure, IT peripherals, infrastructure as a service (IaaS), platform as a service (PaaS), operating systems and utility software. The supplier(s) shall provide flexible logistics and delivery options to the contracting body, including, but not limited to:

(a) consignment stocking for phased delivery;

(b) delivery to site (including desk or server room as required);

(c) removal of packaging as required.

Supplier(s) shall provide associated services, as requested by the individual contracting body to include, but not be limited to:

(a) pre-sales technical services including product advice, and assistance in defining and refining requirements;

(b) technical support services including design, fault fixing, and training options;

(c) ICT consultancy;

(d) loaning of test devices;

(e) proof of concept and pilot services;

(f) hardware configuration;

(g) imaging; and

(h) installation.

Supplier(s) shall be able to provide a full range of commoditised and commercial software from different vendors, to include, but not be limited to open source licences, COTS licences, software as a service (SaaS), operating systems, middleware, utilities and information security software.

Supplier(s) shall provide associated services, as requested by the individual contracting body, to include, but not be limited to:

(a) pre-sales technical services including product advice, and assistance in defining and refining requirements;

(b) ICT implementation support (proposed service rate cards);

(c) management of updates and patches related to Software purchased;

(d) data services including data transfer:

(e) application packaging services; and

(f) user or other acceptance testing.

Supplier(s) shall be able to provide IT products and associated services that are capable of meeting specific sector protective, information assurance requirements.

Supplier(s) shall provide, where required, the secure disposal of ICT hardware including, but not limited to desktops, laptops, notebooks, netbooks, PDAs, mobile internet devices, servers, data, CCTV, videotape, DLT, audio, hard drives, RAM discs, flash drives and media cards, USB memory sticks, floppy discs, CDs, DVDs, mobile phones, printers and fax machines.

The disposal services shall include (as required):

(a) assistance in defining and refining disposal requirements;

(b) end to end asset tracking;

(c) data destruction;

(d) on site data destruction;

(e) specialist logistics;

(f) recycling;

(g) secure units for transportation including security cleared staff;

(h) options for cost recovery, such as auctions.

The disposal services shall be performed in accordance with current WEEE regulations and government protective marking policy, and any changes thereto during the term of the contract.

The supplier(s) shall operate and maintain appropriate systems and processes to accurately complete transactions with individual contracting bodies including purchase orders, goods receipts and invoices, within the timescales set out in the service levels.

The supplier(s) shall operate appropriate processes to ensure the rapid resolution of queries and issues relating to orders, deliveries and invoices, with defined acknowledgement and resolution timescales.

The supplier(s) shall be able to accept payment from individual contracting bodies by credit card or purchase order (electronic or manual) from multiple platforms.

If requested by an individual contracting body, the supplier(s) shall provide a range of hardware, software and associated services via an on line catalogue, or catalogues.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Police, Fire and Crime Commissioner for Northamptonshire

N/a

Wootton Hall

Northampton

NN4 0JQ

UK

Contact person: EMSCU Enquires

Telephone: +44 1159670999

E-mail: emscuenquiries@emscu.pnn.police.uk

NUTS: UK

Internet address(es)

Main address: https://supplierlive.proactisp2p.com/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ICT VAR Framework

Reference number: DN38

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The supplier(s) shall be able to provide a wide range of standard IT products and services, to include but not be limited to end user devices, audio visual equipment, network infrastructure, IT peripherals, infrastructure as a service (IaaS), platform as a service (PaaS), operating systems and utility software and a full range of commoditised and commercial software from different vendors, to include, but not be limited to open source licences, COTS licences, Software as a Service (SaaS), operating systems, middleware, utilities and information security software.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 5 000 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

48200000

48400000

48500000

48600000

48700000

48800000

48920000

48990000

72222300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

ICT VAR Framework. The supplier(s) shall be able to provide a wide range of standard IT products and services, to include but not be limited to end user devices, audio visual equipment, network infrastructure, IT peripherals, infrastructure as a service (IaaS), platform as a service (PaaS), operating systems and utility software. The supplier(s) shall provide flexible logistics and delivery options to the contracting body, including, but not limited to:

(a) consignment stocking for phased delivery;

(b) delivery to site (including desk or server room as required);

(c) removal of packaging as required.

Supplier(s) shall provide associated services, as requested by the individual contracting body to include, but not be limited to:

(a) pre-sales technical services including product advice, and assistance in defining and refining requirements;

(b) technical support services including design, fault fixing, and training options;

(c) ICT consultancy;

(d) loaning of test devices;

(e) proof of concept and pilot services;

(f) hardware configuration;

(g) imaging; and

(h) installation.

Supplier(s) shall be able to provide a full range of commoditised and commercial software from different vendors, to include, but not be limited to open source licences, COTS licences, software as a service (SaaS), operating systems, middleware, utilities and information security software.

Supplier(s) shall provide associated services, as requested by the individual contracting body, to include, but not be limited to:

(a) pre-sales technical services including product advice, and assistance in defining and refining requirements;

(b) ICT implementation support (proposed service rate cards);

(c) management of updates and patches related to Software purchased;

(d) data services including data transfer:

(e) application packaging services; and

(f) user or other acceptance testing.

Supplier(s) shall be able to provide IT products and associated services that are capable of meeting specific sector protective, information assurance requirements.

Supplier(s) shall provide, where required, the secure disposal of ICT hardware including, but not limited to desktops, laptops, notebooks, netbooks, PDAs, mobile internet devices, servers, data, CCTV, videotape, DLT, audio, hard drives, RAM discs, flash drives and media cards, USB memory sticks, floppy discs, CDs, DVDs, mobile phones, printers and fax machines.

The disposal services shall include (as required):

(a) assistance in defining and refining disposal requirements;

(b) end to end asset tracking;

(c) data destruction;

(d) on site data destruction;

(e) specialist logistics;

(f) recycling;

(g) secure units for transportation including security cleared staff;

(h) options for cost recovery, such as auctions.

The disposal services shall be performed in accordance with current WEEE regulations and government protective marking policy, and any changes thereto during the term of the contract.

The supplier(s) shall operate and maintain appropriate systems and processes to accurately complete transactions with individual contracting bodies including purchase orders, goods receipts and invoices, within the timescales set out in the service levels.

The supplier(s) shall operate appropriate processes to ensure the rapid resolution of queries and issues relating to orders, deliveries and invoices, with defined acknowledgement and resolution timescales.

The supplier(s) shall be able to accept payment from individual contracting bodies by credit card or purchase order (electronic or manual) from multiple platforms.

If requested by an individual contracting body, the supplier(s) shall provide a range of hardware, software and associated services via an on line catalogue, or catalogues.

II.2.5) Award criteria

Quality criterion: Quality/technical / Weighting: 50

Cost criterion: Pricing/commercial offer / Weighting: 50

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 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

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:

2019/S 138-340132

Section V: Award of contract

Lot No: 1

Contract No: 1

Title: ICT VAR Framework

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/08/2019

V.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

CDW Ltd

10 Fleet Place

London

EC4M 7RB

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 5 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 2

Title: ICT VAR Framework

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/08/2019

V.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

CGI IT UK Ltd

14th Floor, 20 Fenchurch Street

London

EC3M 3BY

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 5 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 3

Title: ICT VAR Framework

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/08/2019

V.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Computacenter (UK) Ltd

Hatfield Business Park

Hatfield

AL10 9TW

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 5 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 4

Title: ICT VAR Framework

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/08/2019

V.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Insight Direct (UK) Ltd

Technology Building, Insight Campus, Terry Street

Sheffield

S9 2BU

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 5 000 000 000.00  EUR

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 5

Title: ICT VAR Framework

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/08/2019

V.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Specialist Computer Centres plc

James House, Warwick Road

Birmingham

B11 2LE

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 5 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 6

Title: ICT VAR Framework

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/08/2019

V.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Softcat plc

Solar House, Fieldhouse Lane

Marlow

SL7 1LW

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 5 000 000 000.00  EUR

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 7

Title: ICT VAR Framework

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/08/2019

V.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Trustmarque Solutions Ltd

30 Berners Street

London

W1T 3LR

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 5 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 8

Title: ICT VAR Framework

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/08/2019

V.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

XMA Ltd

Unit 44, Wilford Industrial Estate, Ruddington Lane

Wilford

NG11 7PE

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 5 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

1) The contracting authority has changed its name to Mint Commercial Services LLP and its contact details are updated to: Mint Enquiries Email: enquiries@mint.police.uk

2) Call off orders;

To provide clarification to ensure any call off order from this framework and any subsequent call off extension term thereafter does not exceed the maximum possible term of 8 (eight) years, as referenced in the published ITT documentation Section 5, Schedule 1 Definitions. This maximum term of (8) eight years applies from the original date of the framework contract award notice published on 4 October 2019 – (OJEU 2019/S 193-469706).

3) The information provided within VII.1.2 of Corrigendum 2019/S 250-621192 published on 30 December 2019 still applies.

VI.4) Procedures for review

VI.4.1) Review body

The Police, Fire and Crime Commissioner for Northamptonshire

C/O East Midlands Strategic Commercial Unit

Nottingham

NG5 8PP

UK

VI.5) Date of dispatch of this notice

08/01/2021

Coding

Commodity categories

ID Title Parent category
48400000 Business transaction and personal business software package Software package and information systems
48500000 Communication and multimedia software package Software package and information systems
48600000 Database and operating software package Software package and information systems
48800000 Information systems and servers Software package and information systems
72222300 Information technology services Information systems or technology strategic review and planning services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48200000 Networking, Internet and intranet software package Software package and information systems
48920000 Office automation software package Miscellaneous software package and computer systems
48700000 Software package utilities Software package and information systems
48990000 Spreadsheets and enhancement software package Miscellaneous software package and computer systems

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:
emscuenquiries@emscu.pnn.police.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.