web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Birmingham: Computer equipment and supplies

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2016/S 059-099439/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable

Contract award notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
HealthTrust Europe LLP (HTE) acting as agent for the University Hospitals of Coventry and Warwickshire NHS Trust (‘UHCW’)
19 George Road
Birmingham
Postal code: B15 1NU
United Kingdom
Contact points(s):
For the attention of: Barrington Phil
Phone: +44 8458875000
Email: phil.barrington@healthtrusteurope.com
Fax: +44 8458875000
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity: Health
OTHER: please refer to Section II.1.5)
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object of the contract
II.1) Description:
II.1.1) Title attributed to the contract:
Framework Agreement for the provision of Enterprise Level ICT Solutions for IT Hardware Products, Software, Programs, Applications, Associated Products, Services and Support — 2015.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: A combination of these
Main site or location of works, place of delivery or of performance: Please refer to Section II.1.5.
Nuts code: UK
II.1.3) Information about a framework agreement or a dynamic purchasing system (DPS):
II.1.4) Short description of the contract or purchase(s):
HTE is seeking to establish a Framework Agreement for the provision of Enterprise Level ICT Solutions for IT Hardware Products, Software, Programs, Applications, Associated Products, Services and Support as categorised and understood to be relevant to: IT Hardware; to include: Client Devices — to include: Desktops, Laptops, Tablets, Thin Clients, Wearables, Kiosks, Mobile Devices, Radios, Pagers, Workstations and other devices which may properly be described as Client Devices; Peripherals — to include: Power (batteries and power leads), Cases, Mouse Devices, Keyboards, Monitors, Printers, Scanners, Security Devices, Docking, Dictation and Microphone Devices and other products and devices which may properly be described as Peripherals; Furniture — to include: Bespoke Furniture Solutions, Desks, Charging Solutions, Carts and mobile work stations, Mounting Solutions, Chairs and Stools and other products and solutions which may properly be described as Furniture; Enterprise Servers — to include: Blade, Tower, Virtualised and other products, services and devices which may properly be described as Enterprise Servers; Enterprise Storage — to include: Storage Area Network, Direct Access Storage, Network Storage, Virtual Storage and other products, services and devices which may properly be described as Enterprise Storage; Networking — to include: Firewalls, Virtual Private Networks (VPN), Routers, Switches, Security, Telecoms, Branch, Campus, Installation and other products, services and devices which may properly be described as Networking; Housing and Power — to include: Racks and Cabinets, Power Management, Power Distribution Unit’s (PDU) and other products which may properly be described as Housing and Power; Operating Software and Security — to include: Application Protection, Big Data Analytics, Client Management, Cloud Management, Database Management, Email Security, Encryption, Licensing, Migration, Mobile Data Management, Network Security, Server Management, Software Asset Management, Virtualisation, Windows Server Management, Identity and Access Management and other products, solutions and services which may properly be described as Operating Software and Security; Services and Support — to include: Application Services, Asset Recovery, Business Continuity, Disaster Recovery, Business Intelligence and Analytics, Client Deployments, Configuration, Consulting, Data Destruction, Enterprise Deployment, Installation, Logistics, Managed Services, Helpdesk, Business Process Outsourcing, Training Services, Project Management, Security Services, Support Services, Conferencing and Data Sharing, Unified Communications and Convergence and other solutions which may properly be described as Services and Support; Insurance — to include: Asset Insurance, Confidentiality and Data Insurance, Cyber Insurance and other services which may properly be described as Insurance; Cloud Services and Solutions — to include: Helpdesk, Brokerage Services, Hardware as a Service, Software as a Service, Infrastructure as a Service, IT as a Service, Specialist Cloud Services, Storage as a Service, Virtual Desktop Infrastructure (VDI) and other off-site, virtual and outsourced solutions which may properly be described as Cloud Services and Solutions. IT Software to include: Software, Development, Programs and Applications — to include: Accounting Software, Administration and Management Software, Admissions and Check In, Communication Software, Customer Relationship Management (CRM), Dictation, Transcription, Electronic Document and Records Management System (EDRMS), Electronic Medical Records (EMR), Electronic Patient Records (EPR), Facilities Management and Employee Management Software, Hospital Information Systems (HIS), Mobile Application Software, Application, Internet and Intranet Software and Development, Picture Archiving and Communication System (PACS), Radiology Information System (RIS), Vendor Neutral Archiving (VNA), Prescription Management, Records Management, Project Management, Workflow Systems and Software, Bespoke Software Development, Consultancy, Auditing and Testing and other products, solutions or services which may properly be described as Software, Development, Programs or Applications.
Lot 1: IT Hardware; Enterprise Level Solutions, Operating Software, Associated Products, Services and Support.
The provision of services for the design, supply and installation of Enterprise Level ICT solutions from single Client Devices to complete Specification Design, Build, Installation and Support of enterprise infrastructure for ICT Services with all associated services and aftersales support to include IT Hardware, Operating Software, Associated Products, Services, Support, Software Development, Insurances, Security, Complex high-value bespoke network and IT infrastructure design, installation and support including virtualised and cloud based solutions including Network, Storage and related outsourced IT Solutions.
Lot 2: IT Software; Enterprise Level Software, Programs, Applications, Development, Associated Products, Services and Support.
The provision of services to supply a wide range of software solutions from off the shelf programs, applications and software packages to complex bespoke software and system developed solutions, consultancy, application, program, system and software deployment, auditing, testing, training and support.
HTE is a central purchasing body who is able to carry out this tender exercise by virtue of its appointment as an agent of UHCW. Notwithstanding HTE’s relationship with UHCW, it is HTE that will conduct this tender exercise and will execute the resultant Framework Agreement with successful bidders. This tender exercise is for the benefit of all the public and voluntary bodies listed further below in this Section II.1.5). For the avoidance of doubt, UHCW is not carrying out this tender — your contact point is HTE using the details given in Section I.1).
The public and voluntary sector bodies to whom the use of this Framework Agreement will be open include all contracting authorities in the United Kingdom as defined in Regulation 3 of the Public Contracts Regulations 2006 as well as all contracting authorities and entities in the European Union as defined in the Annexes to Commission Decision 2008/963/EC as may be updated from time to time. In particular, it is envisaged that this Framework Agreement will be used by the following entities in the United Kingdom as described below (particularly where such entities are of a health and/or social care nature):
(1) All National Health Service (NHS) bodies in England, including but not limited to (i) acute trusts (a list of which can be found at ); (ii) health and care trusts (a list of which can be found at );(iii) mental health trusts (a list of which can be found at ); (iv) clinical commissioning groups (a list of which can be found at ); (v) ambulance trusts (a list of which can be found at ); (vi) area teams (a list of which can be found at ); (vii) special health authorities (); (viii) NHS England (formerly the NHS Commissioning Board); and (ix) clinical senates and strategic clinical networks.
(2) All NHS bodies in Wales, including but not limited to all (i) health boards; (ii) NHS trusts; (iii) the national delivery group; (iv) community health councils; and (v) NHS Wales shared services partnership (a list of which can be found at ).
(3) All NHS bodies in Scotland, including but not limited to (i) NHS trusts; (ii) Special NHS Boards; and (iii) national and support organisations (a list of which can be found at ).
(4) All NHS bodies in Northern Ireland (known as Health & Social Care), including but not limited to (i) health and social care trusts (a list of which can be found at ); (ii) health agencies (a list of which can be found at ); (iii) hospitals (a list of which can be found at ) and (iv) the Health and Social Care Board.
(5) All social enterprises undertaking some or all of what were previously the service provider functions of contracting authorities in relation to health and/or social care services (including charitable incorporated organisations, cooperatives, industrial and provident societies and community interest companies as listed on the Companies House WebCheck service).
(6) Ministerial departments and non-ministerial departments of central government, non-departmental agencies and other public bodies, and public corporations (a list of which can be found at ).
(7) Devolved governmental and parliamentary organisations within the United Kingdom, including but not limited the Scottish Government, Scottish Parliament, and Scottish public bodies (a list of which can be found at ), as well as the Welsh Government, Welsh Assembly and Welsh unitary authorities (a list of which can be found at ).
(8) All local authorities (a list of which can be found at ).
(9) All emergency services including police (), fire and rescue services (a list of which can be found at ), the maritime and coastguard agency and other rescue authorities.
(10) All educational establishments (a list of which can be found at ).
(11) Registered providers of social housing on a not for profit basis (a list of which can be found at ).
(12) Registered charities (a list of which can be found at ).
(13) Her Majesty’s Prison Service (as detailed at www.justice.gov.uk/about/hmps)
(14) The Ministry of Defence (as detailed at ).
The above list includes each organisation’s successors and assigns, any equivalent organisations and any associated organisations created as a result of any organisational changes.
In addition, the use of this framework agreement will be open to any bodies or organisations operating in the United Kingdom and/or any country in the European Union which are of a health and/or social care nature or which have a similar procurement need in respect of any goods or services to any of the above listed organisations.
Furthermore, and if provided for in the contract documents, HTE may extend the scope and benefit of the framework agreement to any private sector (i.e. all non-public sector) organisations operating in the United Kingdom and/or any country in the European Union which are of a health and/or social care nature who may also use this framework agreement. Whilst HTE is not required by procurement legislation to do so, it has extended the principles of the public tendering so as to assure its private sector customers of best value and open and transparent processes. In the United Kingdom these entities are registered with the Care Quality Commission (a list of providers can be found at ). In the European Union, such entities are regulated by equivalent regulatory bodies, each of which maintains an equivalent list.
In purchasing goods and/or services or awarding contracts under the Framework Agreement, HTE is:
(a) acting in its capacity as agent for UHCW in relation to the public and voluntary sector bodies listed above only; and
(b) acting in its capacity as principal in relation to the private sector bodies (and not as agent of UHCW).
Please note additional information is given about this tender exercise at Section VI.3).
II.1.5) Common procurement vocabulary (CPV):
30200000, 31154000, 48500000, 32332100, 50323000, 48814200, 72251000, 66510000, 72315000, 48000000, 33197000, 48211000, 48700000, 51610000, 48622000, 32400000, 30213500, 30230000, 72610000, 48321000, 72710000, 38652100, 30213300, 48321100, 48329000, 30231000, 30237300, 30213200, 72000000, 51611000, 50324000, 48445000, 48623000, 39134000, 30232000, 48422000, 72317000, 45432121, 48821000, 32500000, 32430000, 32344220, 48822000, 30213000, 48219000, 30237120, 35710000, 48200000, 48219300, 48219500, 45314320, 72253000, 32424000, 30233100, 30237000, 80533000, 30237280, 48600000, 30236000, 48430000, 72230000, 48930000, 30237200, 72600000, 48820000, 48218000, 30214000, 30237130, 48217000, 72900000, 30237270, 30231100, 72700000, 30237133, 72200000, 72800000, 50300000, 32340000, 64227000, 30234000, 48170000, 32321200, 30237260, 30232100, 30213100, 48311000, 32410000, 51600000, 48314000, 32413100, 32412100, 72720000, 39110000, 80533200, 72590000, 31158000, 72500000, 48100000, 50312000, 30216110,
II.1.6) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.2) Total final value of contract(s):
II.2.1) Total final value of contract(s):
Lowest offer 1 and highest offer 6 000 000 000 GBP

Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Restricted
IV.2) Award criteria:
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated below:
1. Price. Weighting 30
2. Quality. Weighting 70
3. Delivery Performance. Weighting
4. Risk. Weighting
5. Overall cost effectiveness. Weighting
IV.2.2) Information about electronic auction:
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority:
SF049648
IV.3.2) Previous publication(s) concerning the same contract:
NOTICE_BUYER_PROFILE
Notice number in the OJEU:
2015/S 022-035317 of 31.1.2015
Section V: Award of contract
Lot Title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated products, Services and Support
Contract No: HTE-01522.1
Lot No: 1
Lot title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated products, Services and Support
V.1) Date of contract award decision:
27.11.2015
V.2) Information about offers:
Number of offers received: 7
Number of offers received by electronic means: 7
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Dell Corporation Limited
Dell House, The Boulevard, Cain Road, Berkshire
Bracknell
RG12 1LF
United Kingdom
V.4) Information on value of contract:
Initial estimated total value of the contract:
Value: GBP 50 000 000
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: Yes
Value or proportion of the contract likely to be sub-contracted to third parties: Not kown

Lot Title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated Products, Services and Support
Contract No: HTE-01523.1
Lot No: 1
Lot title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated Products, Services and Support
V.1) Date of contract award decision:
27.11.2015
V.2) Information about offers:
Number of offers received: 7
Number of offers received by electronic means: 7
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Insight Direct (UK) Limited
The Technology Building, Insight Campus, Terry Street
Sheffield
S9 2BU
United Kingdom
V.4) Information on value of contract:
Initial estimated total value of the contract:
Value: GBP 150 000 000
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: Yes
Value or proportion of the contract likely to be sub-contracted to third parties: Not kown

Lot Title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated products, Services and Support
Contract No: HTE-01524.1
Lot No: 1
Lot title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated products, Services and Support
V.1) Date of contract award decision:
27.11.2015
V.2) Information about offers:
Number of offers received: 7
Number of offers received by electronic means: 7
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Misco UK Limited
Caledonian Exchange, 19a Canning Street
Edinburgh
EH3 8HE
United Kingdom
V.4) Information on value of contract:
Initial estimated total value of the contract:
Value: GBP 20 000 000
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: Yes
Value or proportion of the contract likely to be sub-contracted to third parties: Not kown

Lot Title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated products, Services and Support
Contract No: HTE-01525.1
Lot No: 1
Lot title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated products, Services and Support
V.1) Date of contract award decision:
27.11.2015
V.2) Information about offers:
Number of offers received: 7
Number of offers received by electronic means: 7
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Softcat Limited
Fieldhouse Lane, Buckinghamshire
Marlow
SL7 1LW
United Kingdom
V.4) Information on value of contract:
Initial estimated total value of the contract:
Value: GBP 150 000 000
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: Yes
Value or proportion of the contract likely to be sub-contracted to third parties: Not kown

Lot Title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated products, Services and Support
Contract No: HTE-01526.1
Lot No: 1
Lot title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated products, Services and Support
V.1) Date of contract award decision:
27.11.2015
V.2) Information about offers:
Number of offers received: 7
Number of offers received by electronic means: 7
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Software Box Limited
East Moor House, Green Park Business Centre, Goose Lane, North Yorkshire
York
YO61 1ET
United Kingdom
V.4) Information on value of contract:
Initial estimated total value of the contract:
Value: GBP 10 000 000
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: Yes
Value or proportion of the contract likely to be sub-contracted to third parties: Not kown

Lot Title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated products, Services and Support
Contract No: HTE-01527.1
Lot No: 1
Lot title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated products, Services and Support
V.1) Date of contract award decision:
27.11.2015
V.2) Information about offers:
Number of offers received: 7
Number of offers received by electronic means: 7
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Specialist Computer Centres Limited
James House, Warwick Road, Tyseley
Birmingham
B11 2LE
United Kingdom
V.4) Information on value of contract:
Initial estimated total value of the contract:
Value: GBP 150 000 000
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: Yes
Value or proportion of the contract likely to be sub-contracted to third parties: Not kown

Lot Title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated products, Services and Support
Contract No: HTE-01528.1
Lot No: 1
Lot title: IT Hardware; Enterprise Level Solutions, Operating Software, Associated products, Services and Support
V.1) Date of contract award decision:
27.11.2015
V.2) Information about offers:
Number of offers received: 7
Number of offers received by electronic means: 7
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
XMA Limited
Unit 44, Wilford Industrial Estate, Ruddington Lane, Nottinghamshire
Wilford
NG11 7EP
United Kingdom
V.4) Information on value of contract:
Initial estimated total value of the contract:
Value: GBP 15 000 000
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: Yes
Value or proportion of the contract likely to be sub-contracted to third parties: Not kown

Lot Title: IT Software; Enterprise Level Software, Programs, Applications, Development, Associated Products, Services and Support
Contract No: HTE-01523.2
Lot No: 2
Lot title: IT Software; Enterprise Level Software, Programs, Applications, Development, Associated Products, Services and Support
V.1) Date of contract award decision:
27.11.2015
V.2) Information about offers:
Number of offers received: 3
Number of offers received by electronic means: 3
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Insight Direct (UK) Limited
The Technology Building, Insight Campus, Terry Street
Sheffield
S9 2BU
United Kingdom
V.4) Information on value of contract:
Initial estimated total value of the contract:
Value: GBP 100 000 000
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: Yes
Value or proportion of the contract likely to be sub-contracted to third parties: Not kown

Lot Title: IT Software; Enterprise Level Software, Programs, Applications, Development, Associated Products, Services and Support
Contract No: HTE-01525.2
Lot No: 2
Lot title: IT Software; Enterprise Level Software, Programs, Applications, Development, Associated Products, Services and Support
V.1) Date of contract award decision:
27.11.2015
V.2) Information about offers:
Number of offers received: 3
Number of offers received by electronic means: 3
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Softcat Limited
Fieldhouse Lane, Buckinghamshire
Marlow
SL7 1LW
United Kingdom
V.4) Information on value of contract:
Initial estimated total value of the contract:
Value: GBP 100 000 000
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: Yes
Value or proportion of the contract likely to be sub-contracted to third parties: Not kown

Lot Title: IT Software; Enterprise Level Software, Programs, Applications, Development, Associated Products, Services and Support
Contract No: HTE-01527.2
Lot No: 2
Lot title: IT Software; Enterprise Level Software, Programs, Applications, Development, Associated Products, Services and Support
V.1) Date of contract award decision:
27.11.2015
V.2) Information about offers:
Number of offers received: 3
Number of offers received by electronic means: 3
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Specialist Computer Centres Limited
James House, Warwick Road, Tyseley
Birmingham
B11 2LE
United Kingdom
V.4) Information on value of contract:
Initial estimated total value of the contract:
Value: GBP 100 000 000
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: Yes
Value or proportion of the contract likely to be sub-contracted to third parties: Not kown

Section VI: Complementary information:
VI.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.2) Additional information:

Terms and Conditions / Activity Based Income (ABI).
The full terms and conditions of this framework agreement and any resulting call-off contract will be appended to the Invitation to Tender. These terms and conditions include provisions requiring the payment by the supplier of an activity based income management charge in consideration of the award of this framework agreement and the management and administration by HTE of the overall contractual structure and associated documentation, as well as the requirement to submit regular management information to HTE.
Submission of expressions of interest and procurement specific information.
Bravo Portal.
This exercise will be conducted on the HTE Bravo portal. Candidates wishing to be considered must register their expression of interest as follows:
Register on the HTE portal at Login to the portal with the username/password. Click the PQQs/ITTs Open to All Suppliers link. These are the PQQs/ITTs open to any registered supplier. Click on the relevant PQQ/ ITT to access the content. Click the Express Interest button at the top of the page. This will move the PQQ/ITT into your My PQQs/My ITTS page. You can access any attachments by clicking Buyer Attachments (if required in III.2.1.1.ii) in the PQQ/ITT Details box. Follow the onscreen instructions to complete the PQQ/ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact the Bravo e-Tendering Help Desk at help@bravosolution.co.uk
+++ Sid4Gov +++
HTE utilises the sid4gov supplier information database. Candidates are requested to register on sid4gov at and submit their sid4gov company profile for publication on the database. Candidates already registered on sid4gov must ensure that information is up to date. Where access to sid4gov is unavailable, please contact the sid4gov helpdesk at sid4gov@gps.gsi.gov.uk
Please note that, at present, sid4gov does not prepopulate any fields of the PQQ on HTE’s Bravo portal, and therefore candidates must complete the Qualification & Technical Envelopes of the PQQ in Bravo in full.
VI.3) Procedures for appeal:
Body responsible for mediation procedures:
Not Applicable
VI.3.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:HTE will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.4) Date of dispatch of this notice:
21.03.2016