web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Chelmsford: Computer equipment and supplies

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 173-354103/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Essex County Council
Postal address: County Hall, Market Road
Town: Chelmsford
Postal code: CM1 1QH
Country: United Kingdom
Contact Person: Andrew Beaver
Telephone: +44 3330136253
Email: andrew.beaver@essex.gov.uk
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
Electronic communication requires the use of tools and devices that are not generally available.
Unrestricted and full direct access to these tools and devices is possible,free of charge,at:
I.4) Type of the contracting authority
Regional agency
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 0530 Essex Online Partnership IT Hardware.

Reference number: 0530
II.1.2) Main CPV code: 30200000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: 3.1 The purpose of this procurement is for the supply of IT Hardware provisions through the provision of a multi-supplier Framework based on the following Lots:
Lot 1 — Laptops and Desktops — Device Only. The buyer will be able to buy direct from the manufacturer.
Lot 2 — Laptops and Desktops — Device and Associated Services. The buyer would be able to purchase laptops, desktops and thin clients with associated services such as tagging and imaging.
Lot 3 — Mobile Devices and Notebooks — Device and Associated Services. The buyer will be able to purchase mobile devices, e.g. tablets, notebooks and Chromebooks either directly from the manufacturer or with the ‘pick and mix’ associated services.
Lot 4 — IOS Devices — Device and Associated Services. The buyer will be able to purchase specific IOS devices.
II.1.5) Estimated total value:
Value excluding VAT: 4000000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer 4
II.2) Description
II.2.1) Title: Laptops and Desktops — Device Only

Lot No:1
II.2.2) Additional CPV code(s)
30213100, 30213300

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Essex.

II.2.4) Description of the procurement:
The buyer will be able to buy direct from the manufacturer and apply the relevant imaging, tagging and other services in house.
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: 36
This contract is subject to renewalyes Description of renewals:Option of an additional 12 months.

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
II.2.1) Title: Laptops and Desktops — Device and Associated Services.

Lot No:2
II.2.2) Additional CPV code(s)
30213100, 30213300

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Essex.

II.2.4) Description of the procurement:
The buyer would be able to purchase laptops, desktops and thin clients with associated services such as asset tagging and imaging. The list of services would be a ‘pick and mix’ option dependant on the buyer’s requirements.
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: 36
This contract is subject to renewalyes Description of renewals:Option to extend by a period of 12 months.

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
II.2.14) Additional information: Associated Services shall include but are not limited to:
a) Asset Tagging;
b) Pre-Delivery Imaging;
c) Disposal / Asset Recovery;
d) Delivery and installation to Site (Desk installation);
e) Laser Etching.

II.2.1) Title: Mobile Devices and Notebooks — Device and Associated Services

Lot No:3
II.2.2) Additional CPV code(s)
30213100, 30213200

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Essex.

II.2.4) Description of the procurement:
The buyer will be able to purchase mobile devices, e.g. tablets, notebooks and Chromebooks either directly from the manufacturer or with the ‘pick and mix’ associated 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: 36
This contract is subject to renewalyes Description of renewals:Option to extend by a period of 12 months.

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
II.2.14) Additional information: Associated Services shall include but are not limited to:
a) Asset Tagging;
b) Pre-Delivery Imaging;
c) Disposal / Asset Recovery;
d) Delivery and installation to Site (Desk installation);
e) Laser Etching.

II.2.1) Title: IOS Devices — Device and Associated Services

Lot No:4
II.2.2) Additional CPV code(s)
30213100, 30213200, 30213300

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Essex.

II.2.4) Description of the procurement:
The buyer will be able to purchase specific IOS devices, such as laptops, desktops and tablets, with or without associated 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: 36
This contract is subject to renewalyes Description of renewals:Option to extend by a further period of 12 months.

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
II.2.14) Additional information: Associated Services shall include but are not limited to:
a) Asset Tagging;
b) Pre-Delivery Imaging;
c) Disposal / Asset Recovery;
d) Delivery and installation to Site (Desk installation);
e) Laser Etching.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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

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
Framework agreement with several operators
IV.1.8) Information about the 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: 2017-10-09 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2017-10-09 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The estimated value indicated at II.1.5 is indicative only. No level of expenditure is guaranteed by ECC. The figures stated are an estimate of the potential value of all contracts that may be entered in to by ECC and the other organisations named as able to contract with the successful suppliers during the contract period. ECC reserves the right to cancel the procurement exercise and/or not to award all or part of a contract. ECC will not be responsible for any costs incurred by potential suppliers (or any other person participating in the process) in relation to this procurement exercise including if the procurement exercise is cancelled. Each bidder shall be responsible for its own costs and expenses incurred in participating in this process.
It is proposed that the Framework would be procured on terms which would allow access for other Public Sector organisations including but not limited to subsidiaries, LATVs, LATCs.
Essex Online partnership (Including Associate Members) —
Unitary, Borough and District Councils, subsidiaries, LATVs and LATCs —
Higher Education Institutes / Universities —
NHS partners
CQC partners —
Police Forces in the United Kingdom
Fire and Rescue Services (including Scotland, Wales and Northern Ireland)
These Contracting Bodies will be responsible for ordering of, and payment for, their own services.
The Authority will limit the number of suppliers per Lot to 6
For more information about this opportunity, please visit the Delta eSourcing portal at:

To respond to this opportunity, please click here:

Go reference: GO-201797-PRO-10972593.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court, Royal Courts of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-09-07