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 Notice

LINK 3 IT and Hardware and Services

  • First published: 18 September 2020
  • Last modified: 18 September 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
NHS Shared Business Services
Authority ID:
AA78032
Publication date:
18 September 2020
Deadline date:
14 October 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
30232130 Colour graphics printers Peripheral equipment
32323100 Colour video monitors Video monitors
30237200 Computer accessories Parts, accessories and supplies for computers
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
39134000 Computer furniture Office furniture
30231000 Computer screens and consoles Computer-related equipment
30237300 Computer supplies Parts, accessories and supplies for computers
72610000 Computer support services Computer support and consultancy services
30230000 Computer-related equipment Computer equipment and supplies
72510000 Computer-related management services Computer-related services
30210000 Data-processing machines (hardware) Computer equipment and supplies
30213300 Desktop computer Personal computers
30231300 Display screens Computer screens and consoles
51611100 Hardware installation services Installation services of computers
30232150 Inkjet printers Peripheral equipment
51611000 Installation services of computers Installation services of computers and information-processing equipment
51600000 Installation services of computers and office equipment Installation services (except software)
51612000 Installation services of information-processing equipment Installation services of computers and information-processing equipment
30232110 Laser printers Peripheral equipment
33197000 Medical computer equipment Miscellaneous medical devices and products
30215000 Microcomputer hardware Data-processing machines (hardware)
30212000 Minicomputer hardware Data-processing machines (hardware)
30236000 Miscellaneous computer equipment Computer-related equipment
32250000 Mobile telephones Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
30216100 Optical readers Magnetic or optical readers
30237000 Parts, accessories and supplies for computers Computer-related equipment
30232000 Peripheral equipment Computer-related equipment
48624000 Personal computer (PC) operating system software package Operating systems
30213100 Portable computers Personal computers
30232100 Printers and plotters Peripheral equipment
33111600 Radiography devices X-ray devices
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
30216110 Scanners for computer use Magnetic or optical readers
32351200 Screens Accessories for sound and video equipment
50324000 Support services of personal computers Repair and maintenance services of personal computers
30213200 Tablet computer Personal computers
72611000 Technical computer support services Computer support services
30231320 Touch screen monitors Computer screens and consoles
32323000 Video monitors Television and audio-visual equipment
30214000 Workstations Data-processing machines (hardware)
33111200 X-ray workstations X-ray devices

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.