Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
NHS Shared Business Services
Halyard Court, 31 Broadway, The Quays
Salford
M50 2UW
UK
Contact person: Carolyn Lawton
E-mail: nsbs.digital@nhs.net
NUTS: UK
Internet address(es)
Main address: https://www.sbs.nhs.uk
Address of the buyer profile: https://nhssbs.eu-supply.com/ctm/Company/CompanyInformation/Index/39
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Other: Joint Venture between the Department of Health and Sopra Steria
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Link: Solutions 2
II.1.2) Main CPV code
30200000
II.1.3) Type of contract
Supplies
II.1.4) Short description
NHS Shared Business Services are looking to renew an existing framework which expands upon the current offering. Due to the consistent and growing market for one-stop solutions, the new framework will focus on allowing contracting authorities to purchase full IT solutions. Therefore NHS Shared Business Services are looking for providers of full IT infrastructure software, servers and storage hardware, networking, virtualization, other services and end user and solutions software and all associated products and services within these solution requirements.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
500 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
30211000
30210000
30211200
30211300
48000000
48200000
48210000
48220000
48710000
48760000
48761000
48780000
48800000
48820000
72222300
30200000
30211100
30211400
30211500
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
M50 2UW.
II.2.4) Description of the procurement
NHS Shared Business Services are looking to renew an existing framework which expands upon the current offering. Due to a consistent and growing market for one-stop solutions, the new framework will focus on allowing contracting authorities to purchase full IT solutions. Therefore NHS Shared Business Services are looking for providers of full IT infrastructure software, servers and storage hardware, networking, virtualization, other services and end user and solutions software and all associated products and services within these solution requirements.
II.2.5) Award criteria
Quality criterion: Ordering
/ Weighting: 3.195 %
Quality criterion: Quality
/ Weighting: 1.598 %
Quality criterion: delivery
/ Weighting: 9.586 %
Quality criterion: sub-contracting
/ Weighting: 1.065 %
Quality criterion: general pricing information
/ Weighting: 7.988 %
Quality criterion: contract management
/ Weighting: 2.663 %
Quality criterion: conflict resolution
/ Weighting: 4.260 %
Quality criterion: value-add services
/ Weighting: 6.391 %
Quality criterion: marketing
/ Weighting: 4.793 %
Quality criterion: training
/ Weighting: 1.065 %
Quality criterion: Environmental and Sustainability
/ Weighting: 7.988 %
Quality criterion: general
/ Weighting: 2.663 %
Quality criterion: product portfolio
/ Weighting: 12.781 %
Quality criterion: data migration
/ Weighting: 2.663 %
Quality criterion: installation, support, maintenance, warranty
/ Weighting: 6.391 %
Quality criterion: quality of service
/ Weighting: 3.728 %
Quality criterion: value-add services
/ Weighting: 11.183 %
Price
/ Weighting:
10 %
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 241-590997
Section V: Award of contract
Contract No: 1
Title: Link: Solutions 2
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/08/2020
V.2.2) Information about tenders
Number of tenders received: 32
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Amicus ITS Ltd
Totton
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Bechtle Direct Ltd
Chippenham
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
CDW Ltd
London
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Cisilion Ltd
Leatherhead
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Computacenter (UK) Ltd
Hatfield
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Dacoll Ltd
Bathgate
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Dell Corporation Ltd
Bracknell
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
EACS Ltd
Huntingdon
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
European Electronique
Oxford
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Insight Direct UK Ltd
Sheffield
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Khipu Networks Ltd
Fleet
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Mother Technologies Ltd
Aberdeen
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Novosco Ltd
Belfast
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Nviron Ltd
Runcorn
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Phoenix Software Ltd
Leatherhead
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Proact IT UK Ltd
Chesterfield
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Riomed Ltd
Eastleigh
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Six Degrees Technology Group Ltd
Studley
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Softcat plc
Marlow
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Software Box Ltd
York
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Specialist Computer Centres plc
Birmingham
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Switchshop Ltd
Kimpton
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
TET Ltd
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Total Computer Networks Ltd
Kettering
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Trustco plc
Brighton
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Trustmarque Solutions Ltd
London
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
XMA Ltd
Nottingham
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Centerprise International Ltd
Basingstoke
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The duration referenced in section II.2.7) is for the placing of orders.
The value provided in section II.1.5) is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.
The framework will be for the benefit, and on behalf, of public sector bodies, details of such bodies can be accessed at: https://www.sbs.nhs.uk/proc-framework-agreements-support
In addition, if provided for in the contract documents, NHS SBS may extend the scope and benefit of the framework agreement to private sector bodies, subject to the approval of NHS SBS. Whilst NHS SBS is not required by procurement legislation to do so, it has extended the principles of public procurement rules to provide its private sector customers with the best value and open and transparent procurement procedures.
The envisaged maximum number of participants to the framework agreement, stated in IV.1.3 is an estimate and is subject to change
VI.4) Procedures for review
VI.4.1) Review body
NHS Shared Business Services
Chandlers Point 31 Broadway
Salford
M50 2UW
UK
Telephone: +44 1612123701
Internet address(es)
URL: https://www.sbs.nhs.uk
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 NHSSBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 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.
VI.5) Date of dispatch of this notice
16/10/2020