Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Shared Business Services
05280446
Halyard Court, 31 Broadway, The Quays
Salford
M50 2UW
UK
Contact person: Sakir Mahmud
Telephone: +44 7821844119
E-mail: nsbs.digital@nhs.net
NUTS: UK
Internet address(es)
Main address: https://www.sbs.nhs.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=34290&B=NHSSBS
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=34290&B=NHSSBS
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: Joint Venture between the Department of Health and Sopra Steria
I.5) Main activity
Other: General public services and health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
LINK 3 IT and Hardware and Services
Reference number: 10044
II.1.2) Main CPV code
30200000
II.1.3) Type of contract
Supplies
II.1.4) Short description
NHS Shared Business Services and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations. The Link 3: IT hardware and services framework agreement provides a transparent and very competitive buying vehicle for all core IT commodity hardware category areas, delivered for the NHS and the wider public sector. This includes consumer-oriented digital workplace devices such as desktops, laptops, tablets, mobile phones, printers/scanners and healthcare IT (including workstations, medical carts, etc.). It also enables various buying models including salary sacrifice, leasing and device as a service. NHS SBS will use the phrase ‘Digital Workplace: Hardware’ in marketing materials to refer to the framework agreement.
II.1.5) Estimated total value
Value excluding VAT:
1 000 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: Desktop PCs
II.2.2) Additional CPV code(s)
30210000
30212000
30213300
30214000
30215000
30216100
30230000
30231000
30231300
30231320
30232000
30236000
30237000
30237200
30237300
32323000
32323100
32351200
39134000
48624000
50300000
50324000
51600000
51611000
51611100
51612000
72510000
72610000
72611000
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 and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations.
Products available include desktop computers (including small form factor units, micro units, all-in-one units and thin/zero client devices) plus peripherals (including but not limited to monitors, keyboards, mice, headsets, webcams, HDMI/VDI cables, power cables) where purchased with a desktop unit. Includes options for: warranty, lease, DaaS, deployment services and environmentally friendly ‘green’/sustainable specifications.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 2
II.2.1) Title
Lot 2: Laptop/Notebook Devices
II.2.2) Additional CPV code(s)
30210000
30212000
30213100
30213200
30215000
30216100
30230000
30231000
30231300
30231320
30232000
30236000
30237000
30237200
30237300
32323000
32323100
32351200
39134000
48624000
50300000
50324000
51600000
51611000
51611100
51612000
72510000
72610000
72611000
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 and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations.
Products available include laptop computers, notebook devices, ruggedised devices, two-in-one units, thin and lightweight clients plus peripherals (including but not limited to monitors, keyboards, mice, headsets, webcams, HDMI/VDI cables, power cables and docking stations). Includes options for: warranty, lease, DaaS, deployment services and environmentally-friendly/sustainable specifications.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 3
II.2.1) Title
Lot 3: Mobile Devices (Tablets, Mobile Phones and Wearables)
II.2.2) Additional CPV code(s)
30210000
30212000
30213100
30213200
30215000
30216100
30216110
30230000
30231000
30231300
30231320
30232000
30236000
30237000
30237200
30237300
32323000
32323100
32351200
33111200
33111600
33197000
39134000
48624000
50300000
50324000
51600000
51611000
51611100
51612000
72510000
72610000
72611000
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 and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations.
Mobile device products available include tablet PCs, slate devices (wraparound, detachable, phablets) and mobile phones (including smartphones, smart watches), plus peripherals including wearable technology where purchased as an accompaniment to a mobile device. Includes options for: warranty, lease, DaaS, deployment services and environmentally-friendly/sustainable specifications.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 4
II.2.1) Title
Lot 4: Specialist Healthcare related IT Hardware
II.2.2) Additional CPV code(s)
30210000
30212000
30213100
30213200
30215000
30230000
30231000
30231300
30231320
30232000
30236000
30237000
30237200
30237300
32323000
32323100
32351200
33111200
33111600
33197000
39134000
48624000
50300000
50324000
51600000
51611000
51611100
51612000
72510000
72610000
72611000
32250000
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 and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations.
Products available include (but are not limited to) mobile carts including PC’s, medical workstations and built-in devices, infection control products, mobile clinical assistant devices, for use in point of care and mobile environments plus peripherals including healthcare-customised mobile, body-worn equipment (such as virtual reality (VR) or augmented reality (AR) headsets) for medical diagnosis. LCD and HD monitors, large format, multi display mode monitors and displays suitable for end user applications including but not limited to PACS, endoscopy, mammography plus peripherals where purchased with a monitor/display to include wall mounts. Includes options for: warranty, lease, DAAS, deployment services and environmentally-friendly/sustainable specifications.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 5
II.2.1) Title
Lot 5: Printers/Scanners
II.2.2) Additional CPV code(s)
30210000
30215000
30216100
30216110
30230000
30232000
30232100
30232110
30232130
30232150
30236000
30237000
30237200
30237300
33111200
33111600
33197000
39134000
50300000
50324000
51600000
51611000
51611100
51612000
72510000
72610000
72611000
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 and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations.
Products available include (but are not limited to) office and medical prescription printers, 3D printers, medical grade printers, asset scanners, barcode scanners plus peripherals when purchased together. Peripherals include but are not limited to ink/toner, barcode printer labels, patient wristbands, replacement batteries and asset and barcode scanning software. Includes options for: warranty, lease, deployment services and environmentally-friendly/sustainable specifications.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 6
II.2.1) Title
Lot 6: One Stop Shop
II.2.2) Additional CPV code(s)
30210000
30212000
30213100
30213200
30213300
30214000
30215000
30216100
30216110
30230000
30231000
30231300
30231320
30232000
30232100
30232110
30232130
30232150
30236000
30237000
30237200
30237300
32323000
32323100
32351200
33111200
33111600
33197000
39134000
48624000
50300000
50324000
51600000
51611000
51611100
51612000
72510000
72610000
72611000
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 and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations.
A selection of IT hardware and service packaged together including at least two of the following categories: desktop PCs (or peripherals such as Monitors), laptop/notebook devices, mobile devices, (inc. tablets, mobile phones and wearables), specialist healthcare related IT hardware (inc. clinical monitors, medical displays), environmentally-friendly sustainable IT hardware, printers/scanners (inc. Asset scanners) and deployment services.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please refer to procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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 with several operators.
Envisaged maximum number of participants to the framework agreement: 58
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/10/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 48 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
14/10/2020
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NHS SBS and NOE CPC working jointly together seek to establish a framework agreement for LINK 3 IT and hardware and services. The resulting framework agreement shall be jointly awarded, owned and managed by NHS SBS and NOE CPC.
North of England Commercial Procurement Collaborative (‘NOE CPC’) are part of Leeds and York Partnership NHS Foundation Trust, 2150 Century Way, Thorpe Park, Leeds, West Yorkshire, LS15 8ZB.
Name and addresses Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust).
Postal address: Don Valley House, Savile Street East
Town: Sheffield
NUTS code: UK UNITED KINGDOM
Postal code: S4 7UQ Country: United Kingdom
Email: procurement@noecpc.nhs.uk
Internet address(es): Main address: https://noecpc.nhs.uk
Both parties shall be able to utilise this framework agreement and make it available for use by other public sector organisations for the duration of the agreement. The contract is awarded by NHS Shared Business Services (NHS SBS) acting for itself and as an agent for and on behalf of North of England Commercial Procurement Collaborative (NOE CPC) and other approved organisations. NHS Shared Business Services and the North of England Commercial Procurement Collaborative are tendering for the provision of ICT hardware and services to support NHS and wider public sector organisations. The Link 3: IT hardware and services framework agreement provides a transparent and very competitive buying vehicle for all core IT commodity hardware category areas, delivered for the NHS and the wider public sector. The framework has been developed in partnership with NoE CPC and 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
https://www.noecpc.nhs.uk/current-members This includes consumer-oriented digital workplace devices such as desktops, laptops, tablets, mobile phones, printers/scanners and healthcare IT (including workstations, medical carts, etc.). It also enables various buying models including salary sacrifice, leasing and device as a service. NHS SBS will use the phrase ‘Digital Workplace: Hardware’ in marketing materials to refer to the framework agreement. 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
Halyard Court, 31 Broadway
Salford
M50 2UW
UK
E-mail: nsbs.digital@nhs.net
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
15/09/2020