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

Link: Solutions 2

  • First published: 23 October 2020
  • Last modified: 23 October 2020
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

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
Authority ID:
AA78032
Publication date:
23 October 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
48761000 Anti-virus software package Virus protection software package
48710000 Backup or recovery software package Software package utilities
30211500 Central processing unit (CPU) or processors Mainframe computer
30211400 Computer configurations Mainframe computer
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
30211300 Computer platforms Mainframe computer
30210000 Data-processing machines (hardware) Computer equipment and supplies
48800000 Information systems and servers Software package and information systems
72222300 Information technology services Information systems or technology strategic review and planning services
48220000 Internet and intranet software package Networking, Internet and intranet software package
30211000 Mainframe computer Data-processing machines (hardware)
30211200 Mainframe hardware Mainframe computer
48210000 Networking software package Networking, Internet and intranet software package
48200000 Networking, Internet and intranet software package Software package and information systems
48820000 Servers Information systems and servers
48000000 Software package and information systems Computer and Related Services
30211100 Super computer Mainframe computer
48780000 System, storage and content management software package Software package utilities
48760000 Virus protection software package Software package utilities

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:
nsbs.digital@nhs.net
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.