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.

03 Contract Award Notice - Successful Supplier(s)

All-Wales IT Products and Services (ii)

  • First published: 29 July 2020
  • Last modified: 29 July 2020

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:
ocds-kuma6s-097505
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
29 July 2020
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This procurement exercise is being conducted by the National Procurement Service for Wales (NPS), which is hosted by the Welsh Government. NPS acts on behalf of the Welsh public sector to deliver value for money from the procurement of common and repetitive goods and services. The Supplier shall be required to provide a range of Products and/ or Services under the following Lots: Lot 1, Commodity Catalogue; Lot 2, Hardware; Lot 3, Licensing and Subscriptions; Lot 4, Audio Visual; and Lot 5 Solutions. The Supplier shall be required to deliver Products and Services across Wales to a range of locations and organisations. The Supplier shall be required to: - provide advice on a wide range of products; - hold relevant vendor accreditations; - integrate new products with a complex array of existing infrastructure and desktop estates; - provide a variety of ICT services delivered by technically qualified staff with relevant experience; and - deliver wider social and economic benefits. CPV: 30000000, 48000000, 48222000, 48825000, 80533000, 72000000, 48700000, 48100000, 72300000, 48210000, 72800000, 72200000, 48400000, 48800000, 48220000, 48500000, 72500000, 48600000, 72210000, 48900000, 48300000, 48200000, 32321200, 30000000, 32321300, 50340000, 50300000, 50342000, 30231320, 30237260, 32323000, 38651600, 92224000, 30191200, 38652100, 32340000, 48515000, 72212515, 32300000, 32323500, 30000000, 30200000, 30213200, 30232000, 32422000, 30215000, 30231000, 32423000, 30230000, 31300000, 30100000, 30213100, 30233000, 32270000, 30213300, 30237000, 30234000, 30236000, 30213000, 30237300, 32420000, 32421000, 32232000, 32260000, 30210000, 30232100, 30232110, 30232120, 30124520, 32332100, 32321200, 32250000, 32252100, 30233100, 30233180, 30237410, 30200000, 30213200, 80533000, 72000000, 72100000, 50320000, 32422000, 30215000, 30231000, 32423000, 32250000, 30230000, 50312000, 51000000, 30213100, 72800000, 50300000, 31154000, 30233000, 32424000, 32270000, 30213300, 30237000, 72500000, 30234000, 30236000, 32425000, 30213000, 51600000, 30237300, 32420000, 32421000, 32427000, 72900000, 32260000, 30210000, 48820000, 48821000, 48800000, 30234500, 72511000, 72510000, 72514100, 72540000, 72590000.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

National Procurement Service (Welsh Government)

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

Telephone: +44 3007900170

E-mail: NPSICTCategoryTeam@gov.wales

NUTS: UKL

Internet address(es)

Main address: http://npswales.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

All-Wales IT Products and Services (ii)

Reference number: NPS-ICT-0094-19

II.1.2) Main CPV code

30000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This procurement exercise is being conducted by the National Procurement Service for Wales (NPS), which is hosted by the Welsh Government. NPS acts on behalf of the Welsh public sector to deliver value for money from the procurement of common and repetitive goods and services.

The Supplier shall be required to provide a range of Products and/ or Services under the following Lots:

Lot 1, Commodity Catalogue;

Lot 2, Hardware;

Lot 3, Licensing and Subscriptions;

Lot 4, Audio Visual; and

Lot 5 Solutions.

The Supplier shall be required to deliver Products and Services across Wales to a range of locations and organisations. The Supplier shall be required to:

- provide advice on a wide range of products;

- hold relevant vendor accreditations;

- integrate new products with a complex array of existing infrastructure and desktop estates;

- provide a variety of ICT services delivered by technically qualified staff with relevant experience; and

- deliver wider social and economic benefits.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 300 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Commodity IT Hardware Catalogue

II.2.2) Additional CPV code(s)

30200000

30213200

30232000

32422000

30215000

30231000

32423000

30230000

31300000

30100000

30213100

30233000

32270000

30213300

30237000

30234000

30236000

30213000

30237300

32420000

32421000

32232000

32260000

30210000

30232100

30232110

30232120

30124520

32332100

32321200

32250000

32252100

30233100

30233180

30237410

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

The provision of goods will be across multiple organisations and sites across Wales.

II.2.4) Description of the procurement

The purpose of this Lot is to:

(a) simplify processes for purchasing low value commodity items, through;

(i) allowing for spot buying via direct awards;

(ii) identifying products availability; and

(iii) reducing delivery lead-times.

(b) Provide Customers value for money; and

(c) Provide access to a wide range of products.

The Supplier shall provide a wide range of off-the-shelf IT Hardware products to meet a wide variety of requirements across the Welsh Public Sector, including but not limited to;

(a) peripherals (i.e. printers, scanners, USB memory sticks, external hard drives, web cams, keyboards, mouse devices, speakers, etc.);

(b) consumables (i.e. storage disks, cables, spares/ replacement parts, tools for repairs/ cleaning materials);

(c) ancillary products (digital cameras, dictaphones, etc.); and

(d) low volume hardware purchases (smartphones, monitors, tablets, laptops etc.).

This is a single supplier Lot, with orders being placed by direct award, via an electronic catalogue.

The following are out of scope of this Lot:

(a) services;

(b) software;

(c) bespoke products; or

(d) individual line items with a value of 2,000 GBP or more.

This will be a single supplier lot with call-offs on a direct award basis, via a Supplier hosted web catalogue.

II.2.5) Award criteria

Quality criterion: Technical Expertise / Weighting: 45

Quality criterion: Sustainibility / Weighting: 5

Cost criterion: Commercial / 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

II.2.14) Additional information

Lot 1 was awarded to a single Supplier

Lot No: 2

II.2.1) Title

IT Hardware

II.2.2) Additional CPV code(s)

30200000

30213200

80533000

72000000

72100000

50320000

32422000

30215000

30231000

32423000

32250000

30230000

50312000

51000000

30213100

72800000

50300000

31154000

30233000

32424000

32270000

30213300

30237000

72500000

30234000

30236000

32425000

30213000

51600000

30237300

32420000

32421000

32427000

72900000

32260000

30210000

48820000

48821000

48800000

30234500

72511000

72510000

72514100

72540000

72590000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Products and Services to be delivered across multiple sites and organisations in Wales.

II.2.4) Description of the procurement

The purpose of this Lot is to provide Customers with:

(a) access to a wide range of IT Hardware products;

(b) access to services to support, manage and enable IT hardware estates;

(c) value for money, through;

(i) an effective supply chain;

(ii) supply base with Vendor Accreditations; and

(iii) value added services.

The Supplier shall provide a range of IT Hardware, including but not limited to;

(a) end user devices;

(b) servers and storage devices;

(c) network equipment;

(d) converged infrastructure;

(e) Electronic Point of Sale (EPOS hardware); and

(f) end point devices.

This will be a multi-Supplier Lot, with a maximum of 15 Suppliers. In order to meet the required service levels required by a diverse customer base, this Lot will be divided into 3 sub-Lots, 5 Suppliers per sub-Lot:

(a) Small Customer Organisations;

(b) Large Customer Organisations; and

(c) Original Equipment Manufacturer.

Full details are available in the ITT.

II.2.5) Award criteria

Quality criterion: Account Management / Weighting: 7.5

Quality criterion: Technical Expertise / Weighting: 50.5

Quality criterion: Sustainability / Weighting: 12

Cost criterion: Commercial / Weighting: 30

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

II.2.14) Additional information

5 Suppliers have been appointed under sub-Lots 2a IT Hardware (Small Customer Organisations) and 5 Suppliers have been appointed under Lot2 c IT Hardware (OEM).

Lot 2b IT Hardware (Large Customers) has not been awarded at this time, and is being re-evaluated.

Lot No: 3

II.2.1) Title

Licensing and Subscriptions

II.2.2) Additional CPV code(s)

48000000

48222000

48825000

80533000

72000000

48700000

48100000

72300000

48210000

72800000

72200000

48400000

48800000

48220000

48500000

72500000

48600000

72210000

48900000

48300000

48200000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Products and Services to be delivered across multiple sites and organisations in Wales.

II.2.4) Description of the procurement

The purpose of this Lot is to provide Customers:

(a) access to a wide range of software and cloud services products;

(b) access to services to deploy and manage software and cloud services;

(c) value for money, through;

(i) competitive tendering (further competitions);

(ii) supply base with Vendor Accreditations; and

(iii) value adding services.

Licensing and Subscription Scope

The Supplier shall provide a wide range of licensing and subscriptions, including but not limited to:

(a) off-the-shelf software licences;

(b) enterprise licenses;

(c) open source software;

(d) Software as a Service subscriptions;

(e) support licence renewals; and

(f) cloud and web services (including Platform and Infrastructure as a Service).

The Supplier shall have the capability to provide software products to multiple operating systems.

Associated Services Scope

The Supplier shall provide a range of design, implementation and on-going management Services, to include but not be limited to:

(a) strategy design;

(b) security management;

(c) application integration, deployment and management;

(d) technical services to support adoption;

(e) metering services (pay-per-use) for cloud;

(f) training; and

(g) software asset management.

II.2.5) Award criteria

Quality criterion: Account Management / Weighting: 5

Quality criterion: Technical Expertise / Weighting: 55

Cost criterion: Commercial / Weighting: 40

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

II.2.14) Additional information

5 Suppliers have been appointed to Lot 3

Lot No: 4

II.2.1) Title

Audio Visual

II.2.2) Additional CPV code(s)

32321200

30000000

32321300

50340000

50300000

50342000

30231320

30237260

32323000

38651600

92224000

30191200

38652100

32340000

48515000

72212515

32300000

32323500

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Products and Services to be delivered across multiple sites and organisations in Wales.

II.2.4) Description of the procurement

The Supplier shall provide a range of Audio Visual (AV) equipment including but not limited to:

(a) video conferencing equipment;

(b) interactive whiteboards;

(c) interactive displays;

(d) projectors;

(e) sound and visual recording equipment;

(f) CCTV systems;

(g) meeting room audio;

(h) PA systems; and

(i) digital signage etc.

The Supplier shall be able to provide rental equipment and services for instances such as one-off events.

Services

11.4 The Supplier shall be required to provide on-going support and maintenance for:

(a) equipment installed by the Supplier; and

(b) existing equipment.

Tenderers bidding for Lot 4 (Audio Visual) shall not be permitted to bid for any other Lots, with the exception of the option of being appointed to Lot 5

II.2.5) Award criteria

Quality criterion: Sustainability / Weighting: 10

Quality criterion: Technical Expertise / Weighting: 52.5

Quality criterion: Account Management / Weighting: 7.5

Cost criterion: Commercial / Weighting: 30

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

II.2.14) Additional information

6 Suppliers were appointed to Lot 4 (AV)

Lot No: 5

II.2.1) Title

Solutions

II.2.2) Additional CPV code(s)

30000000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Products and Services to be delivered across multiple sites and organisations in Wales.

II.2.4) Description of the procurement

The Supplier shall provide an integrated IT Hardware and Software Solutions service, which will include but will not be limited to the scope of Lots 2 – 4.

This may take the form of:

(a) A one-stop-shop solution in which a single Supplier provides all aspects of the Customers IT requirements;

(i) Entire IT Commodity Requirement; or

(ii) Several Elements, i.e. Hardware & Software

(iii) Semi managed service, where a supplier would provide day-to-day operations, such as schools appointing a supplier to provide, install and manage network, to support Chrome/ Apple etc. or

(b) the design, implementation and/ or support of an IT Solution, which requires Products and or Services covered by 2 or more Lots, including but not limited to:

(i) Digital Transformation

(ii) Emerging Technologies, i.e. Smart City, machine learning, IoT

(iii) Unified/ corporate comms;

(iv) converged/ hyper converged/ software defined Infrastructure;

(v) data centre design and implementation;

(vi) hybrid infrastructure solutions; and

(vii) Bundled hardware and software.

Successful Tenderers on Lot 2 (Hardware), Lot 3 (Licensing and Subscriptions) and Lot 4 (Audio Visual) shall automatically be given the option to be appointed to Lot 5 (Solutions).

For avoidance of doubt, there will be no separate Tender exercise to appoint Tenderers to Lot 5 (Solutions).

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 70

Price / Weighting:  30

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

II.2.14) Additional information

21 Suppliers were appointed to Lot 5 (Solutions)

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 239-585908

Section V: Award of contract

Lot No: 1

Title: Commodity IT Hardware Catalogue

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/07/2020

V.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 12

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

V.2.3) Name and address of the contractor

XMA Ltd

Wilford Ind Est, Ruddington Lane

Nottingham

NG117EP

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: IT Hardware

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/07/2020

V.2.2) Information about tenders

Number of tenders received: 37

Number of tenders received from SMEs: 14

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 37

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

XMA Ltd

Wilford Ind Est, Ruddington Lane

Nottingham

ng117ep

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Centerprise International Ltd

Hampshire International Business Park, Lime Tree Way Chineham

Basingstoke

RG248GQ

UK

NUTS: UKJ3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Circle IT Solutions

Grosvenor House, Oak Tree Court, Mulberry Drive Cardiff Gate Business Park

Cardiff

CF238RS

UK

NUTS: UKL22

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Computerworld Wales Ltd

C W L House, Neptune Court, Vanguard Way

Cardiff

CF245PJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Dell Corporation Ltd

Dell House, The Boulevard, Cain Road

Bracknell

RG121LF

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Kingsfield Computer Products Ltd

8 Brookfield Duncan Close, Northampton.

Northampton.

NN36WL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Lenovo Technology (UK) Limited

19 Keble Way, Chineham Park, Crockford Lane

SANDHURST

GU470XA

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Probrand

37-55 Camden Street

Birmingham

B13BP

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Pure Technology Group Limited

Springfield Mill

Leeds

LS285LY

UK

NUTS: UKE42

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

STONE COMPUTERS LTD

STONE COMPUTERS LTD, GRANITE ONE HUNDRED ACTON GATE

STAFFORD

ST189AA

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 150 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Licensing and Subscriptions

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/07/2020

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CDW Limited

10 Fleet Place

London

EC4M7RB

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

PHOENIX SOFTWARE LTD

Blenheim House, York Road, Pocklington

York

YO421NS

UK

NUTS: UKE12

The contractor is an SME: No

V.2.3) Name and address of the contractor

Computacenter

38 Lambourne Cres., Cardiff Business park

Llanishen

CF145GG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Softcat plc

Softcat, Fieldhouse Lane

Marlow

SL71LW

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

SoftwareONE UK Ltd

41-47 Hartfield Road

Wimbledon

SW193RQ

UK

NUTS: UKJ2

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 90 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Audio Visual

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/07/2020

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 12

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

COMCEN COMPUTER SUPPLIES LTD

COMCEN COMPUTER SUPPLIES LTD, Bruce Road

SWANSEA

SA54HS

UK

NUTS: UKL18

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Computeam Ltd

443 Broadstone Mill

Stockport

SK57DL

UK

NUTS: UKD33

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Drake AV

89 St Fagans Road, Fairwater

Cardiff

CF53AE

UK

NUTS: UKL22

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

G V Multi Media ltd

Unit 4, the Omega Centre, Bittern Road

Exeter

EX27LT

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

IDNS Ltd

Unit 1B, Springfield Court, Summerfield Road

Bolton

BL32NT

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Involve Visual Collaboration Ltd

Martin Dawes House, Europa Boulevard, Westbrook

Warrington

WA57WH

UK

NUTS: UKD61

The contractor is an SME: Yes

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: Solutions

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/07/2020

V.2.2) Information about tenders

Number of tenders received: 46

Number of tenders received from SMEs: 25

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 46

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CDW Limited

10 Fleet Place

London

EC4M7RB

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

XMA Ltd

Wilford Ind Est, Ruddington Lane

Nottingham

ng117ep

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Centerprise International Ltd

Hampshire International Business Park, Lime Tree Way Chineham

Basingstoke

RG248GQ

UK

NUTS: UKJ3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Circle IT Solutions

Grosvenor House, Oak Tree Court, Mulberry Drive Cardiff Gate Business Park

Cardiff

CF238RS

UK

NUTS: UKL22

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

COMCEN COMPUTER SUPPLIES LTD

COMCEN COMPUTER SUPPLIES LTD, Bruce Road

SWANSEA

SA54HS

UK

NUTS: UKL18

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Computacenter

38 Lambourne Cres., Cardiff Business park

Llanishen

CF145GG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Computeam Ltd

443 Broadstone Mill

Stockport

SK57DL

UK

NUTS: UKD33

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Computerworld Wales Ltd

C W L House, Neptune Court, Vanguard Way

Cardiff

CF245PJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Dell Corporation Ltd

Dell House, The Boulevard, Cain Road

Bracknell

RG121LF

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Drake AV

89 St Fagans Road, Fairwater

Cardiff

CF53AE

UK

NUTS: UKL22

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

G V Multi Media ltd

Unit 4, the Omega Centre, Bittern Road

Exeter

EX27LT

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

IDNS Ltd

Unit 1B, Springfield Court, Summerfield Road

Bolton

BL32NT

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Involve Visual Collaboration Ltd

Martin Dawes House, Europa Boulevard, Westbrook

Warrington

WA57WH

UK

NUTS: UKD61

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Kingsfield Computer Products Ltd

8 Brookfield Duncan Close, Northampton.

Northampton.

NN36WL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Lenovo Technology (UK) Limited

19 Keble Way, Chineham Park, Crockford Lane

SANDHURST

GU470XA

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

PHOENIX SOFTWARE LTD

Blenheim House, York Road, Pocklington

York

YO421NS

UK

NUTS: UKE12

The contractor is an SME: No

V.2.3) Name and address of the contractor

Probrand

37-55 Camden Street

Birmingham

B13BP

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Pure Technology Group Limited

Springfield Mill

Leeds

LS285LY

UK

NUTS: UKE42

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Softcat plc

Softcat, Fieldhouse Lane

Marlow

SL71LW

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

SoftwareONE UK Ltd

41-47 Hartfield Road

Wimbledon

SW193RQ

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

STONE COMPUTERS LTD

STONE COMPUTERS LTD, GRANITE ONE HUNDRED ACTON GATE

STAFFORD

ST189AA

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 40 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The following bodies may use this framework:

- Welsh Minister, their agencies, sponsored and statutory bodies and other contracting authorities funded by them;

- The Welsh Assembly Commission;

- UK Government, their agencies, companies and limited liability partnerships or other corporate entities, which operate in Wales;

-Local Authorities in Wales;

- Contracting authorities established for the provision of culture, media and sport in Wales;

- NHS Health Boards in Wales;

- Higher and further education bodies in Wales;

- Police and crime commissioners and police forces; national park, and fire and rescue authorities in Wales;

- Citizen Advice Bureaux in Wales;

- Registered social landlords;

- Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools);

- HM Inspectorate of Schools in Wales (Estyn);

- Town & Community Councils in Wales;

- Tribunals

- Welsh Government;

- Housing associations;

- Wales Council for Voluntary Action

- Third sector bodies.

The full list of Customer organisations is in the Invitation to Tender document, available via eTenderWales.

Sub-lot 2b (IT Hardware, Large Customer Organisations) was not awarded. An award notice shall be published separately upon award of this sub-Lot.

(WA Ref:102995)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

UK

VI.5) Date of dispatch of this notice

27/07/2020

Coding

Commodity categories

ID Title Parent category
32321200 Audio-visual equipment Television projection equipment
32321300 Audio-visual materials Television projection equipment
48400000 Business transaction and personal business software package Software package and information 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
30237410 Computer mouse Parts, accessories and supplies for computers
30231000 Computer screens and consoles Computer-related equipment
30233100 Computer storage units Media storage and reader devices
30237300 Computer supplies Parts, accessories and supplies for computers
72540000 Computer upgrade services Computer-related services
30230000 Computer-related equipment Computer equipment and supplies
72510000 Computer-related management services Computer-related services
72590000 Computer-related professional services Computer-related services
72500000 Computer-related services IT services: consulting, software development, Internet and support
80533000 Computer-user familiarisation and training services Vocational training services
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
32332100 Dictating machines Magnetic tape recorders
38651600 Digital cameras Cameras
92224000 Digital television Television services
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
30232120 Dot-matrix printers Peripheral equipment
72514100 Facilities management services involving computer operation Computer facilities management services
30233180 Flash memory storage devices Media storage and reader devices
32252100 Hands-free mobile telephones GSM telephones
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
51600000 Installation services of computers and office equipment Installation services (except software)
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
30232110 Laser printers Peripheral equipment
50312000 Maintenance and repair of computer equipment Maintenance and repair of office machinery
30233000 Media storage and reader devices Computer-related equipment
30234500 Memory storage media Storage media
30215000 Microcomputer hardware Data-processing machines (hardware)
32340000 Microphones and loudspeakers Television and radio receivers, and sound or video recording or reproducing apparatus
30236000 Miscellaneous computer equipment Computer-related equipment
48900000 Miscellaneous software package and computer systems Software package and information systems
32250000 Mobile telephones Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
30237260 Monitor wall mount arms Parts, accessories and supplies for computers
32421000 Network cabling Network equipment
32422000 Network components Network equipment
32420000 Network equipment Networks
32423000 Network hubs Network equipment
32424000 Network infrastructure Network equipment
72511000 Network management software services Computer-related management services
32425000 Network operating system Network equipment
48821000 Network servers Servers
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
30191200 Overhead projectors Office equipment except furniture
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
30232100 Printers and plotters Peripheral equipment
72210000 Programming services of packaged software products Software programming and consultancy services
38652100 Projectors Cinematographic projectors
50342000 Repair and maintenance services of audio equipment Repair and maintenance services of audio-visual and optical equipment
50340000 Repair and maintenance services of audio-visual and optical equipment Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
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
30124520 Scanner document feeders Parts and accessories of office machines
48820000 Servers Information systems and servers
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
32300000 Television and radio receivers, and sound or video recording or reproducing apparatus Radio, television, communication, telecommunication and related equipment
30231320 Touch screen monitors Computer screens and consoles
31154000 Uninterruptible power supplies Ballasts for discharge lamps or tubes
72212515 Video conferencing software development services Programming services of application software
48515000 Video conferencing software package Communication software package
32323000 Video monitors Television and audio-visual equipment
32232000 Video-conferencing equipment Radio transmission apparatus with reception apparatus
32323500 Video-surveillance system Video monitors
48222000 Web server software package Internet and intranet software package
48825000 Web servers Servers

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

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.

Document family

Notice details
Publication date:
11 December 2019
Deadline date:
17 January 2020 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Publication date:
29 July 2020
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery

About the buyer

Main contact:
NPSICTCategoryTeam@gov.wales
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.