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

Halton Housing IT Hardware Supply Framework

  • First published: 07 September 2022
  • Last modified: 07 September 2022
  • 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:
ocds-h6vhtk-034444
Published by:
Halton Housing
Authority ID:
AA82565
Publication date:
07 September 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Purchases made under the framework will mainly be for end user IT hardware and peripheral IT items which are expected to include, but not be limited to; tablets, laptops, mobile/smart phones, desktop computers, monitors, projectors, TVs, thin clients, mice, cables and keyboards. From time to time, HH may also purchase any other IT hardware items under the framework that may be needed to meet the needs of the organisation (e.g. interactive audio-visual equipment). Successful framework suppliers must be able to supply a comprehensive range of up to date tablets, smart phones, laptops and desktop computers that come pre-installed with and run the following as their primary operating systems: Apple iOS (iOS 15.4.1 or higher on both phones and tablets) Android OS (Android 12 or higher on both phones and tablets) Mac OS (macOS Monterey 12.3.1 or higher) Microsoft Windows (Windows 11 or higher) Chrome OSWhilst the framework will primarily be used for the purchase and delivery of IT hardware, auxiliary services associated with the provision of IT hardware may also be purchased under the framework. These services may include, but not be limited to; hardware installation, configuration, repairs and recycling. From time to time, HH may also purchase operating system software and licenses from successful suppliers under the framework. The estimated value over the total framework duration is anticipated to be approximately £280,000 excluding VAT, however this is an estimate only. This is for information only, and no guarantees are given, nor are implied as to the value or quantity of business that will be placed with successful bidders. HH accepts no liability for any inaccuracies in the estimates provided. HH reserves the right to vary the volume of orders during the life of the framework. Award of a position on this framework to any supplier does not guarantee any contracts/orders will be awarded to that supplier.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Halton Housing

Waterfront Point, Warrington Road

Widnes

WA8 0TD

UK

Contact person: Tashi Jackson

E-mail: tenders@cirruspurchasing.co.uk

NUTS: UKD

Internet address(es)

Main address: https://www.haltonhousing.co.uk/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Halton Housing IT Hardware Supply Framework

Reference number: Halton Housing 0057

II.1.2) Main CPV code

30230000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Halton Housing (HH) sought bids to establish a framework of suppliers to supply IT hardware. Products will generally need to be delivered to the HH office at Waterfront Point, Warrington Rd, Widnes, WA8 0TD, but deliveries may also be required wherever HH has an operational requirement (UK mainland only). Purchases made under the framework will mainly be for end user IT hardware and peripheral IT items which are expected to include, but not be limited to; tablets, laptops, mobile/smart phones, desktop computers, monitors, projectors, TVs, thin clients, mice, cables and keyboards. From time to time, HH may also purchase any other IT hardware items under the framework that may be needed to meet the needs of the organisation (e.g. interactive audio-visual equipment). The outcome of the tender process is a 4-year framework agreement which commenced in August 2022. The final framework has been awarded to 3 suppliers.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 280 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

30200000

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Products will generally need to be delivered to the HH office at Waterfront Point, Widnes, WA8 0TD, but deliveries may also be required wherever HH has an operational requirement (UK mainland only).

II.2.4) Description of the procurement

Purchases made under the framework will mainly be for end user IT hardware and peripheral IT items which are expected to include, but not be limited to; tablets, laptops, mobile/smart phones, desktop computers, monitors, projectors, TVs, thin clients, mice, cables and keyboards. From time to time, HH may also purchase any other IT hardware items under the framework that may be needed to meet the needs of the organisation (e.g. interactive audio-visual equipment). Successful framework suppliers must be able to supply a comprehensive range of up to date tablets, smart phones, laptops and desktop computers that come pre-installed with and run the following as their primary operating systems: Apple iOS (iOS 15.4.1 or higher on both phones and tablets) Android OS (Android 12 or higher on both phones and tablets) Mac OS (macOS Monterey 12.3.1 or higher) Microsoft Windows (Windows 11 or higher) Chrome OSWhilst the framework will primarily be used for the purchase and delivery of IT hardware, auxiliary services associated with the provision of IT hardware may also be purchased under the framework. These services may include, but not be limited to; hardware installation, configuration, repairs and recycling. From time to time, HH may also purchase operating system software and licenses from successful suppliers under the framework. The estimated value over the total framework duration is anticipated to be approximately £280,000 excluding VAT, however this is an estimate only. This is for information only, and no guarantees are given, nor are implied as to the value or quantity of business that will be placed with successful bidders. HH accepts no liability for any inaccuracies in the estimates provided. HH reserves the right to vary the volume of orders during the life of the framework. Award of a position on this framework to any supplier does not guarantee any contracts/orders will be awarded to that supplier.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 20%

Price / Weighting:  80%

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

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:

2022/S 000-015775

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/09/2022

V.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 9

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

Millgate Ltd

7 Vantage drive, Sheffield, S9 1RG

Sheffield

UK

NUTS: UKE

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: : 280 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/09/2022

V.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 9

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

Millgate Ltd

7 Vantage drive, Sheffield, S9 1RG

Sheffield

UK

NUTS: UKE

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: : 280 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/09/2022

V.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 9

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

Thomas Stoner Supplies

50-54 Oswald Road, Scunthorpe, North Lincolnshire DN15 7PQ

Scunthorpe

UK

NUTS: UKE

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: : 280 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

This tender process incorporated a minimum 10 calendar day standstill period at the point information on the ward was communicated to tenderers. Tenderers could have raised appeals directly via the contact points detailed in section VI.4.1 of the contract notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who had been harmed or were at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.4.4) Service from which information about the review procedure may be obtained

Halton Housing

Waterfront Point, Warrington Road

Widnes

WA8 0TD

UK

E-mail: tenders@cirruspurchasing.co.uk

Internet address(es)

URL: https://www.haltonhousing.co.uk/

VI.5) Date of dispatch of this notice

06/09/2022

Coding

Commodity categories

ID Title Parent category
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
30230000 Computer-related equipment Computer equipment and supplies

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:
tenders@cirruspurchasing.co.uk
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.