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