Opportunity

Framework agreement to supply ICT goods and services to the education sector and any UK public sector body

  • enFrame CIC

F02: Contract notice

Notice reference: 2022/S 000-000144

Published 5 January 2022, 9:15am



The closing date and time has been changed to:

4 March 2022, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

enFrame CIC

Stuart House, St John's Street

Peterborough

PE1 5DD

Contact

Eleanor Platt

Email

eplatt@enframe.org.uk

Telephone

+44 7850683859

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.enframe.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42785

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework agreement to supply ICT goods and services to the education sector and any UK public sector body

Reference number

EN-ICT-0521

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

Academies Enterprise Trust (AET) and The Elliot Foundation Trust (TEFAT) seek to establish a framework agreement enabling schools, multi-academy trusts and all UK public sector bodies to procure a variety of ICT goods and services, where those goods and services are split into a series of lots, allowing suppliers to respond to single lots, multiple lots, or all lots. The lots range from hardware and software purchases, to procuring a full managed service with a chosen Strategic ICT Partner. There is no limit to the number of suppliers on each lot and no limit to the number of lots you can respond to. We welcome responses from registered companies (including SMEs), consortia, Special Purpose Vehicles and Voluntary Community and Social Enterprise (VCSEs).

The Sponsors (AET and TEFAT) will be procuring a Strategic Partner utilising the framework, which will run in parallel to the framework procurement. These further competitions will be lots 16 and 17 of the framework ITT.

The framework lots are Strategic Partnering Services, Hardware Provision, Audio Visual, Networking, Wide Area Networking, Servers and Storage, Hardware as a Service, Software, Cloud Services, MIS, Printing,

Telephony, Built Environment, Support Services, Consultancy Services, AET Further Competition, and TEFAT Further Competition.

enFrame are focussed on ensuring that every procurement is driven by Social Value and fighting climate change, an ethos that is shared with AET and TEFAT. A such, the framework asks what Social Value supplies can offer through delivery of the service that would benefit the trusts, and what they can offer and do to reduce the trusts’ carbon footprint.

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
17

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Single lot, any number of lots, or all lots.

two.2) Description

two.2.1) Title

Lot 8: Audio Visual (No sub-lots)

Lot No

16

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 30191200 - Overhead projectors
  • 30200000 - Computer equipment and supplies
  • 30230000 - Computer-related equipment
  • 30231000 - Computer screens and consoles
  • 30231300 - Display screens
  • 30231310 - Flat panel displays
  • 30231320 - Touch screen monitors
  • 30237136 - Audio cards
  • 30237240 - Web camera
  • 32232000 - Video-conferencing equipment
  • 32321200 - Audio-visual equipment
  • 32321300 - Audio-visual materials
  • 32322000 - Multimedia equipment
  • 32330000 - Apparatus for sound, video-recording and reproduction
  • 32331300 - Sound-reproduction apparatus
  • 32332300 - Sound recorders
  • 32340000 - Microphones and loudspeakers
  • 32341000 - Microphones
  • 32342000 - Loudspeakers
  • 32342300 - Microphones and speaker sets
  • 32342410 - Sound equipment
  • 32342412 - Speakers
  • 32342420 - Studio mixing console
  • 32343000 - Amplifiers
  • 32351000 - Accessories for sound and video equipment
  • 32351200 - Screens
  • 32351300 - Audio equipment accessories
  • 48316000 - Presentation software package
  • 48515000 - Video conferencing software package
  • 48517000 - IT software package
  • 48520000 - Multimedia software package
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50323000 - Maintenance and repair of computer peripherals
  • 50323100 - Maintenance of computer peripherals
  • 50323200 - Repair of computer peripherals
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 50342000 - Repair and maintenance services of audio equipment
  • 50343000 - Repair and maintenance services of video equipment
  • 72253200 - Systems support services
  • 72590000 - Computer-related professional services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 8: Audio Visual

Audio Visual is a lot that will enable Contracting Authorities to procure a range of audio and visual electronic media devices and equipment including projectors, interactive screens, non-interactive screens, and digital signage screens.

Suppliers awarded a place on this lot will be invited to tender for all Further Competitions for the lot but will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual). More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

This lot has no sub-lots.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3 Sub-lot 3: Hardware Provision - Peripherals

Lot No

4

two.2.2) Additional CPV code(s)

  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30141000 - Calculating machines
  • 30141100 - Pocket calculators
  • 30141200 - Desktop calculators
  • 30170000 - Labelling machines
  • 30174000 - Label making machines
  • 30200000 - Computer equipment and supplies
  • 30213000 - Personal computers
  • 30216100 - Optical readers
  • 30216110 - Scanners for computer use
  • 30216120 - Optical-character-recognition equipment
  • 30216130 - Barcode readers
  • 30230000 - Computer-related equipment
  • 30231300 - Display screens
  • 30231310 - Flat panel displays
  • 30231320 - Touch screen monitors
  • 30232000 - Peripheral equipment
  • 30233000 - Media storage and reader devices
  • 30233100 - Computer storage units
  • 30233132 - Hard-disk drives
  • 30233141 - Redundant Array of Independent Disk (RAID)
  • 30233150 - Optical-disk drives
  • 30233151 - Compact disk (CD) reader and/or burner
  • 30233152 - Digital versatile disc (DVD) reader and/or burner
  • 30233153 - Compact disk (CD) and digital versatile disk (DVD) reader and/or burner
  • 30233180 - Flash memory storage devices
  • 30234700 - Magnetic tapes
  • 30236000 - Miscellaneous computer equipment
  • 30237000 - Parts, accessories and supplies for computers
  • 30237132 - Universal Serial Bus (USB) Interfaces
  • 30237135 - Network interfaces cards
  • 30237200 - Computer accessories
  • 30237220 - Mousepads
  • 30237240 - Web camera
  • 30237270 - Portable computer carrying cases
  • 30237300 - Computer supplies
  • 30237410 - Computer mouse
  • 30237420 - Joysticks
  • 30237430 - Light pens
  • 30237440 - Trackballs
  • 30237450 - Graphics tablets
  • 30237460 - Computer keyboards
  • 30237461 - Programmable keyboards
  • 30237470 - Braille pads
  • 30237475 - Electric sensors
  • 30237480 - Input units
  • 32232000 - Video-conferencing equipment
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32322000 - Multimedia equipment
  • 32330000 - Apparatus for sound, video-recording and reproduction
  • 32331300 - Sound-reproduction apparatus
  • 32332300 - Sound recorders
  • 32333000 - Video recording or reproducing apparatus
  • 32333100 - Video recorders
  • 32333200 - Video camcorders
  • 32333300 - Video-reproducing apparatus
  • 32340000 - Microphones and loudspeakers
  • 32342100 - Headphones
  • 32342200 - Earphones
  • 32342420 - Studio mixing console
  • 32343000 - Amplifiers
  • 32351000 - Accessories for sound and video equipment
  • 37300000 - Musical instruments and parts
  • 37311000 - Keyboard instruments
  • 37315100 - Synthesisers
  • 38127000 - Weather stations
  • 38510000 - Microscopes
  • 38650000 - Photographic equipment
  • 38651600 - Digital cameras
  • 39162000 - Educational equipment
  • 39162100 - Teaching equipment
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50323000 - Maintenance and repair of computer peripherals
  • 50323100 - Maintenance of computer peripherals
  • 50323200 - Repair of computer peripherals
  • 72253200 - Systems support services
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services
  • 30233300 - Smart card readers
  • 30233310 - Fingerprint readers
  • 30233320 - Combined smart card and fingerprint readers
  • 30234000 - Storage media
  • 30234500 - Memory storage media
  • 30234600 - Flash memory
  • 30237100 - Parts of computers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Sub-lot 3: Peripherals

Peripherals is a sub-lot that will enable Contracting Authorities to procure a range of internal or external devices that connect directly to a computer, or other digital devices including educational devices, storage, and charging, voting and class interactivity systems, wearable technologies, SEND equipment, visualisers, and audio and video production equipment.

Peripherals is a sub-lot of Lot 3: Hardware Provision. Contracting Authorities wishing to procure peripherals through Further Competition may choose to procure using this sub-lot, the overarching Lot 3: Hardware Provision, or Lot 1: Strategic Partnering Services, depending on their other requirements. More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded as a Panel Member for an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot. Suppliers will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3 Hardware Provision Sub-lot 4 Device Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 72224100 - System implementation planning services
  • 30211300 - Computer platforms
  • 30211400 - Computer configurations
  • 30213000 - Personal computers
  • 30213100 - Portable computers
  • 30213200 - Tablet computer
  • 30213300 - Desktop computer
  • 30213500 - Pocket computers
  • 30214000 - Workstations
  • 30230000 - Computer-related equipment
  • 30231000 - Computer screens and consoles
  • 30231300 - Display screens
  • 30231310 - Flat panel displays
  • 30233000 - Media storage and reader devices
  • 48620000 - Operating systems
  • 48624000 - Personal computer (PC) operating system software package
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 50321000 - Repair services of personal computers
  • 50322000 - Maintenance services of personal computers
  • 50323000 - Maintenance and repair of computer peripherals
  • 50323100 - Maintenance of computer peripherals
  • 50323200 - Repair of computer peripherals
  • 50324000 - Support services of personal computers
  • 50324100 - System maintenance services
  • 50324200 - Preventive maintenance services
  • 72250000 - System and support services
  • 72253200 - Systems support services
  • 72500000 - Computer-related services
  • 72540000 - Computer upgrade services
  • 72541000 - Computer expansion services
  • 72541100 - Memory expansion services
  • 72590000 - Computer-related professional services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Sub-lot 4: Device Services

Device Services is a sub-lot that will enable Contracting Authorities to procure a range of computer related services including desktop deployment, configuration and setup, white glove services, unbox and waste management, warranty and maintenance, and asset tagging, recording, and logging of devices.

Device Services is a sub-lot of Lot 2: Hardware Provision. Contracting Authorities wishing to procure device services through Further Competition may choose to procure using this sub-lot, the overarching Lot 3: Hardware Provision, or Lot 1: Strategic Partnering Services, depending on their other requirements. More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded as a Panel Member for an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot. Suppliers will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3: Hardware Provision (Overarching lot)

Lot No

1

two.2.2) Additional CPV code(s)

  • 30200000 - Computer equipment and supplies
  • 30211300 - Computer platforms
  • 30211400 - Computer configurations
  • 30213000 - Personal computers
  • 30213100 - Portable computers
  • 30213200 - Tablet computer
  • 30213500 - Pocket computers
  • 30230000 - Computer-related equipment
  • 30237270 - Portable computer carrying cases
  • 48620000 - Operating systems
  • 48624000 - Personal computer (PC) operating system software package
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 72253200 - Systems support services
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services
  • 30213300 - Desktop computer
  • 30214000 - Workstations
  • 30231000 - Computer screens and consoles
  • 30231300 - Display screens
  • 30231310 - Flat panel displays
  • 30141200 - Desktop calculators
  • 30170000 - Labelling machines
  • 30216100 - Optical readers
  • 30216110 - Scanners for computer use
  • 30216120 - Optical-character-recognition equipment
  • 30216130 - Barcode readers
  • 30231320 - Touch screen monitors
  • 30232000 - Peripheral equipment
  • 30233000 - Media storage and reader devices
  • 30233100 - Computer storage units
  • 30233132 - Hard-disk drives
  • 30233141 - Redundant Array of Independent Disk (RAID)
  • 30233300 - Smart card readers
  • 30233310 - Fingerprint readers
  • 30233320 - Combined smart card and fingerprint readers
  • 30234700 - Magnetic tapes
  • 30236000 - Miscellaneous computer equipment
  • 30237000 - Parts, accessories and supplies for computers
  • 30237100 - Parts of computers
  • 30237135 - Network interfaces cards
  • 30237200 - Computer accessories
  • 30237220 - Mousepads
  • 30237240 - Web camera
  • 30237300 - Computer supplies
  • 30237410 - Computer mouse
  • 30237420 - Joysticks
  • 30237430 - Light pens
  • 30237450 - Graphics tablets
  • 30237460 - Computer keyboards
  • 30237461 - Programmable keyboards
  • 30237470 - Braille pads
  • 30237475 - Electric sensors
  • 32232000 - Video-conferencing equipment
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32322000 - Multimedia equipment
  • 32330000 - Apparatus for sound, video-recording and reproduction
  • 32331300 - Sound-reproduction apparatus
  • 32332300 - Sound recorders
  • 32333000 - Video recording or reproducing apparatus
  • 32333100 - Video recorders
  • 32333200 - Video camcorders
  • 32333300 - Video-reproducing apparatus
  • 32342100 - Headphones
  • 32342200 - Earphones
  • 32342420 - Studio mixing console
  • 32343000 - Amplifiers
  • 32351000 - Accessories for sound and video equipment
  • 37300000 - Musical instruments and parts
  • 37311000 - Keyboard instruments
  • 37315100 - Synthesisers
  • 38127000 - Weather stations
  • 38510000 - Microscopes
  • 38650000 - Photographic equipment
  • 38651600 - Digital cameras
  • 39162000 - Educational equipment
  • 39162100 - Teaching equipment
  • 50323000 - Maintenance and repair of computer peripherals
  • 50323100 - Maintenance of computer peripherals
  • 50323200 - Repair of computer peripherals

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3: Hardware Provision

Lot 3: Hardware is the overarching lot that includes the provision of Mobile Devices, Desktop/Fixed Devices, Peripherals, and Device Services sub-lots.

To be successfully awarded a place on the overarching lot, Suppliers must provide responses to, and be successfully awarded a place on each sub-lot under that lot. Suppliers successfully awarded as a Panel Member for a sub-lot will be invited to tender for all Further Competitions for that sub-lot. Suppliers successfully awarded as a Panel Member for all the sub-lots in a lot will automatically be awarded as a Panel Member on the overarching lot and will be invited to tender for all Further Competitions for the lot and all its sub-lots. However, they will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

There are 4 sub-lots:

Sub-lot 1: Mobile Devices

Sub-lot 2: Desktop/Fixed Devices

Sub-lot 3: Peripherals

Sub-lot 4: Device Services

two.2) Description

two.2.1) Title

Lot 3 Hardware Provision Sub-lot 1 Mobile Devices

Lot No

2

two.2.2) Additional CPV code(s)

  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30200000 - Computer equipment and supplies
  • 30211300 - Computer platforms
  • 30211400 - Computer configurations
  • 30213000 - Personal computers
  • 30213100 - Portable computers
  • 30213200 - Tablet computer
  • 30230000 - Computer-related equipment
  • 30237270 - Portable computer carrying cases
  • 48620000 - Operating systems
  • 48624000 - Personal computer (PC) operating system software package
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 50321000 - Repair services of personal computers
  • 50322000 - Maintenance services of personal computers
  • 72253200 - Systems support services
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services
  • 30213500 - Pocket computers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Sub-lot 1: Mobile Devices

Mobile Devices is a sub-lot that will enable Contracting Authorities to procure a range of mobile or portable devices including laptops, tablets, mobile communication devices, and e-readers.

Mobile Devices is a sub-lot of Lot 3: Hardware Provision. Contracting Authorities wishing to procure mobile devices through Further Competition may choose to procure using this sub-lot, the overarching Lot 3: Hardware Provision, or Lot 1: Strategic Partnering Services, depending on their other requirements. More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded as a Panel Member for an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot. Suppliers will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for.

For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3 Hardware Provision Sub-lot 2 Desktop/Fixed Devices

Lot No

3

two.2.2) Additional CPV code(s)

  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30200000 - Computer equipment and supplies
  • 30211300 - Computer platforms
  • 30213000 - Personal computers
  • 30213300 - Desktop computer
  • 30214000 - Workstations
  • 30230000 - Computer-related equipment
  • 30231000 - Computer screens and consoles
  • 30231300 - Display screens
  • 30231310 - Flat panel displays
  • 48620000 - Operating systems
  • 48624000 - Personal computer (PC) operating system software package
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 50321000 - Repair services of personal computers
  • 50322000 - Maintenance services of personal computers
  • 72253200 - Systems support services
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Sub-lot 2: Desktop/Fixed Devices

Desktop/Fixed Devices is a sub-lot that will enable Contracting Authorities to procure a range of devices for desks or unmovable devices including desktop computers, display screens, all-in-one computers, and cloud and thin-client devices.

Desktop/Fixed Devices is a sub-lot of Lot 3: Hardware Provision. Contracting Authorities wishing to procure desktop or fixed devices through Further Competition may choose to procure using this sub-lot, the overarching Lot 3: Hardware Provision, or Lot 1: Strategic Partnering Services, depending on their other requirements. More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded as a Panel Member for an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot. Suppliers will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 4: Servers and Storage (No sub-lots)

Lot No

6

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 30200000 - Computer equipment and supplies
  • 30211300 - Computer platforms
  • 30230000 - Computer-related equipment
  • 30233000 - Media storage and reader devices
  • 30233132 - Hard-disk drives
  • 30233141 - Redundant Array of Independent Disk (RAID)
  • 30233160 - Tape streamers
  • 30234000 - Storage media
  • 30234500 - Memory storage media
  • 30237000 - Parts, accessories and supplies for computers
  • 30237110 - Network interfaces
  • 30237135 - Network interfaces cards
  • 31154000 - Uninterruptible power supplies
  • 32580000 - Data equipment
  • 32581000 - Data-communications equipment
  • 48200000 - Networking, Internet and intranet software package
  • 48213000 - Operating system enhancement software package
  • 48214000 - Network operating system software package
  • 48219000 - Miscellaneous networking software package
  • 48219700 - Communications server software package
  • 48220000 - Internet and intranet software package
  • 48222000 - Web server software package
  • 48223000 - Electronic mail software package
  • 48310000 - Document creation software package
  • 48311000 - Document management software package
  • 48311100 - Document management system
  • 48316000 - Presentation software package
  • 48317000 - Word-processing software package
  • 48330000 - Scheduling and productivity software package
  • 48331000 - Project management software package
  • 48422000 - Software package suites
  • 48500000 - Communication and multimedia software package
  • 48510000 - Communication software package
  • 48511000 - Desktop communications software package
  • 48514000 - Remote access software package
  • 48517000 - IT software package
  • 48520000 - Multimedia software package
  • 48600000 - Database and operating software package
  • 48610000 - Database systems
  • 48611000 - Database software package
  • 48612000 - Database-management system
  • 48613000 - Electronic data management (EDM)
  • 48620000 - Operating systems
  • 48730000 - Security software package
  • 48731000 - File security software package
  • 48732000 - Data security software package
  • 48760000 - Virus protection software package
  • 48761000 - Anti-virus software package
  • 48780000 - System, storage and content management software package
  • 48781000 - System management software package
  • 48782000 - Storage management software package
  • 48783000 - Content management software package
  • 48800000 - Information systems and servers
  • 48810000 - Information systems
  • 48811000 - E-mail system
  • 48820000 - Servers
  • 48821000 - Network servers
  • 48822000 - Computer servers
  • 48823000 - File servers
  • 48824000 - Printer servers
  • 48825000 - Web servers
  • 48900000 - Miscellaneous software package and computer systems
  • 48942000 - Calendar software package
  • 48982000 - Configuration management software package
  • 48990000 - Spreadsheets and enhancement software package
  • 48991000 - Spreadsheet software package
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50324100 - System maintenance services
  • 50324200 - Preventive maintenance services
  • 72211000 - Programming services of systems and user software
  • 72220000 - Systems and technical consultancy services
  • 72222300 - Information technology services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72250000 - System and support services
  • 72251000 - Disaster recovery services
  • 72253200 - Systems support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72511000 - Network management software services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72300000 - Data services
  • 72310000 - Data-processing services
  • 72317000 - Data storage services
  • 72322000 - Data management services
  • 72500000 - Computer-related services
  • 72510000 - Computer-related management services
  • 72590000 - Computer-related professional services
  • 72700000 - Computer network services
  • 72710000 - Local area network services
  • 72910000 - Computer back-up services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4: Servers and Storage

Servers and Storage is a lot that will enable Contracting Authorities to procure a range of servers, server solutions, server hosting, UPS devices, storage and backup solutions and associated services.

Suppliers awarded a place on this lot will be invited to tender for all Further Competitions for the lot but will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual). More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

This lot has no sub-lots.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 5: Networking (Overarching lot)

Lot No

7

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 31300000 - Insulated wire and cable
  • 31321600 - Shielded cable
  • 32410000 - Local area network
  • 32412000 - Communications network
  • 32412120 - Intranet network
  • 32413000 - Integrated network
  • 32415000 - Ethernet network
  • 32417000 - Multimedia networks
  • 32421000 - Network cabling
  • 32520000 - Telecommunications cable and equipment
  • 32521000 - Telecommunications cable
  • 32551000 - Telephone cables and associated equipment
  • 32551400 - Telephone network
  • 32551500 - Telephone cables
  • 32560000 - Fibre-optic materials
  • 32561000 - Fibre-optic connections
  • 32562000 - Optical-fibre cables
  • 32562100 - Optical-fibre cables for information transmission
  • 32562200 - Optical telecommunication cables
  • 32562300 - Optical-fibre cables for data transmission
  • 32572000 - Communications cable
  • 45314320 - Installation of computer cabling
  • 32324310 - Satellite antennas
  • 32413100 - Network routers
  • 32423000 - Network hubs
  • 32510000 - Wireless telecommunications system
  • 48514000 - Remote access software package
  • 72511000 - Network management software services
  • 30200000 - Computer equipment and supplies
  • 30211300 - Computer platforms
  • 30211400 - Computer configurations
  • 30230000 - Computer-related equipment
  • 30233141 - Redundant Array of Independent Disk (RAID)
  • 30233160 - Tape streamers
  • 30234000 - Storage media
  • 30234500 - Memory storage media
  • 30234700 - Magnetic tapes
  • 30237110 - Network interfaces
  • 31154000 - Uninterruptible power supplies
  • 32400000 - Networks
  • 32420000 - Network equipment
  • 32422000 - Network components
  • 32424000 - Network infrastructure
  • 32425000 - Network operating system
  • 32427000 - Network system
  • 32428000 - Network upgrade
  • 32570000 - Communications equipment
  • 32571000 - Communications infrastructure
  • 48200000 - Networking, Internet and intranet software package
  • 48210000 - Networking software package
  • 48214000 - Network operating system software package
  • 48219000 - Miscellaneous networking software package
  • 48219500 - Switch or router software package
  • 48710000 - Backup or recovery software package
  • 48730000 - Security software package
  • 48731000 - File security software package
  • 48732000 - Data security software package
  • 48760000 - Virus protection software package
  • 48761000 - Anti-virus software package
  • 48780000 - System, storage and content management software package
  • 48781000 - System management software package
  • 48782000 - Storage management software package
  • 48820000 - Servers
  • 48821000 - Network servers
  • 48822000 - Computer servers
  • 48823000 - File servers
  • 48900000 - Miscellaneous software package and computer systems
  • 50312300 - Maintenance and repair of data network equipment
  • 50312310 - Maintenance of data network equipment
  • 50312320 - Repair of data network equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50324100 - System maintenance services
  • 50324200 - Preventive maintenance services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 72211000 - Programming services of systems and user software
  • 72212200 - Networking, Internet and intranet software development services
  • 72212210 - Networking software development services
  • 72212213 - Operating system enhancement software development services
  • 72212214 - Network operating system software development services
  • 72212215 - Networking developers software development services
  • 72212219 - Miscellaneous networking software development services
  • 72212514 - Remote access software development services
  • 72212900 - Miscellaneous software development services and computer systems
  • 72220000 - Systems and technical consultancy services
  • 72222300 - Information technology services
  • 72228000 - Hardware integration consultancy services
  • 72250000 - System and support services
  • 72251000 - Disaster recovery services
  • 72253200 - Systems support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72300000 - Data services
  • 72310000 - Data-processing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 5: Networking is the overarching lot that includes the Passive Networking, Active Networking, and Network Security sub-lots.

To be successfully awarded a place on the overarching lot, Suppliers must provide responses to, and be successfully awarded a place on each sub-lot under that lot. Suppliers successfully awarded as a Panel Member for a sub-lot will be invited to tender for all Further Competitions for that sub-lot. Suppliers successfully awarded as a Panel Member for all the sub-lots in a lot will automatically be awarded as a Panel Member on the overarching lot and will be invited to tender for all Further Competitions for the lot and all its sub-lots. However, they will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

There are 3 sub-lots:

Sub-lot 1: Passive Networking

Sub-lot 2: Active Networking

Sub-lot 3: Network Security

two.2) Description

two.2.1) Title

Lot 5 Networking Sub-lot 1 Passive Networking

Lot No

8

two.2.2) Additional CPV code(s)

  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30200000 - Computer equipment and supplies
  • 30230000 - Computer-related equipment
  • 30237000 - Parts, accessories and supplies for computers
  • 30237110 - Network interfaces
  • 31300000 - Insulated wire and cable
  • 31321600 - Shielded cable
  • 32400000 - Networks
  • 32410000 - Local area network
  • 32412000 - Communications network
  • 32412120 - Intranet network
  • 32413000 - Integrated network
  • 32415000 - Ethernet network
  • 32417000 - Multimedia networks
  • 32420000 - Network equipment
  • 32421000 - Network cabling
  • 32422000 - Network components
  • 32424000 - Network infrastructure
  • 32428000 - Network upgrade
  • 32520000 - Telecommunications cable and equipment
  • 32521000 - Telecommunications cable
  • 32551000 - Telephone cables and associated equipment
  • 32551400 - Telephone network
  • 32551500 - Telephone cables
  • 32560000 - Fibre-optic materials
  • 32561000 - Fibre-optic connections
  • 32562000 - Optical-fibre cables
  • 32562100 - Optical-fibre cables for information transmission
  • 32562200 - Optical telecommunication cables
  • 32562300 - Optical-fibre cables for data transmission
  • 32571000 - Communications infrastructure
  • 32572000 - Communications cable
  • 45314320 - Installation of computer cabling
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312300 - Maintenance and repair of data network equipment
  • 50312310 - Maintenance of data network equipment
  • 50312320 - Repair of data network equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50324100 - System maintenance services
  • 72228000 - Hardware integration consultancy services
  • 72253200 - Systems support services
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services
  • 72700000 - Computer network services
  • 72710000 - Local area network services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Sub-lot 1: Passive Networking

Passive Networking is a sub-lot that will enable Contracting Authorities to procure a range of passive networking solutions including fibre connections, fibre patching and trays, patch leads and connectors, copper connections and patching, cabinetry, trunking, ducting and containment, and power provision and earthing.

Passive Networking is a sub-lot of Lot 5: Networking. Contracting Authorities wishing to procure passive networking devices or services through Further Competition may choose to procure using Sub-lot 1: Passive Networking, the overarching Lot 5: Networking, or Lot 1: Strategic Partnering Services, depending on their other requirements. More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded as a Panel Member for an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot. Suppliers will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 5 Networking Sub-lot 2 Active Networking

Lot No

9

two.2.2) Additional CPV code(s)

  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30200000 - Computer equipment and supplies
  • 30211300 - Computer platforms
  • 30211400 - Computer configurations
  • 30230000 - Computer-related equipment
  • 30237000 - Parts, accessories and supplies for computers
  • 30237110 - Network interfaces
  • 31154000 - Uninterruptible power supplies
  • 32324310 - Satellite antennas
  • 32400000 - Networks
  • 32410000 - Local area network
  • 32412000 - Communications network
  • 32412120 - Intranet network
  • 32413000 - Integrated network
  • 32413100 - Network routers
  • 32415000 - Ethernet network
  • 32417000 - Multimedia networks
  • 32420000 - Network equipment
  • 32422000 - Network components
  • 32423000 - Network hubs
  • 32424000 - Network infrastructure
  • 32425000 - Network operating system
  • 32427000 - Network system
  • 32428000 - Network upgrade
  • 32510000 - Wireless telecommunications system
  • 32570000 - Communications equipment
  • 32571000 - Communications infrastructure
  • 32580000 - Data equipment
  • 32581000 - Data-communications equipment
  • 48200000 - Networking, Internet and intranet software package
  • 48210000 - Networking software package
  • 48214000 - Network operating system software package
  • 48219000 - Miscellaneous networking software package
  • 48219500 - Switch or router software package
  • 48219700 - Communications server software package
  • 48220000 - Internet and intranet software package
  • 48514000 - Remote access software package
  • 48517000 - IT software package
  • 48710000 - Backup or recovery software package
  • 48730000 - Security software package
  • 48760000 - Virus protection software package
  • 48761000 - Anti-virus software package
  • 48781000 - System management software package
  • 48782000 - Storage management software package
  • 48783000 - Content management software package
  • 48800000 - Information systems and servers
  • 48810000 - Information systems
  • 48900000 - Miscellaneous software package and computer systems
  • 48982000 - Configuration management software package
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312300 - Maintenance and repair of data network equipment
  • 50312310 - Maintenance of data network equipment
  • 50312320 - Repair of data network equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50324100 - System maintenance services
  • 50324200 - Preventive maintenance services
  • 72211000 - Programming services of systems and user software
  • 72212200 - Networking, Internet and intranet software development services
  • 72212210 - Networking software development services
  • 72212214 - Network operating system software development services
  • 72212215 - Networking developers software development services
  • 72212219 - Miscellaneous networking software development services
  • 72212900 - Miscellaneous software development services and computer systems
  • 72220000 - Systems and technical consultancy services
  • 72222300 - Information technology services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72250000 - System and support services
  • 72253200 - Systems support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72500000 - Computer-related services
  • 72511000 - Network management software services
  • 72590000 - Computer-related professional services
  • 72700000 - Computer network services
  • 72710000 - Local area network services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Sub-lot 2: Active Networking

Active Networking is a sub-lot that will enable Contracting Authorities to procure a range of active networking solutions including core switching and ancillaries, edge switching and ancillaries, wireless networking, cloud controller provision and setup, and cloud management and monitoring.

Active Networking is a sub-lot of Lot 5: Networking. Contracting Authorities wishing to procure active networking devices or services through Further Competition may choose to procure using Sub-lot 2: Active Networking, the overarching Lot 5: Networking, or Lot 1: Strategic Partnering Services, depending on their other requirements. More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded as a Panel Member for an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot. Suppliers will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 5 Networking Sub-lot 3 Network Security

Lot No

10

two.2.2) Additional CPV code(s)

  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30200000 - Computer equipment and supplies
  • 30211300 - Computer platforms
  • 30211400 - Computer configurations
  • 30230000 - Computer-related equipment
  • 30233132 - Hard-disk drives
  • 30233141 - Redundant Array of Independent Disk (RAID)
  • 30233160 - Tape streamers
  • 30234000 - Storage media
  • 30234500 - Memory storage media
  • 30234700 - Magnetic tapes
  • 30237000 - Parts, accessories and supplies for computers
  • 30237110 - Network interfaces
  • 31154000 - Uninterruptible power supplies
  • 32400000 - Networks
  • 32420000 - Network equipment
  • 32422000 - Network components
  • 32424000 - Network infrastructure
  • 32425000 - Network operating system
  • 32427000 - Network system
  • 32428000 - Network upgrade
  • 32570000 - Communications equipment
  • 32571000 - Communications infrastructure
  • 32580000 - Data equipment
  • 32581000 - Data-communications equipment
  • 48200000 - Networking, Internet and intranet software package
  • 48210000 - Networking software package
  • 48214000 - Network operating system software package
  • 48219000 - Miscellaneous networking software package
  • 48219500 - Switch or router software package
  • 48219700 - Communications server software package
  • 48220000 - Internet and intranet software package
  • 48222000 - Web server software package
  • 48517000 - IT software package
  • 48620000 - Operating systems
  • 48710000 - Backup or recovery software package
  • 48730000 - Security software package
  • 48731000 - File security software package
  • 48732000 - Data security software package
  • 48760000 - Virus protection software package
  • 48761000 - Anti-virus software package
  • 48780000 - System, storage and content management software package
  • 48781000 - System management software package
  • 48782000 - Storage management software package
  • 48783000 - Content management software package
  • 48800000 - Information systems and servers
  • 48810000 - Information systems
  • 48820000 - Servers
  • 48821000 - Network servers
  • 48822000 - Computer servers
  • 48823000 - File servers
  • 48900000 - Miscellaneous software package and computer systems
  • 48982000 - Configuration management software package
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312300 - Maintenance and repair of data network equipment
  • 50312310 - Maintenance of data network equipment
  • 50312320 - Repair of data network equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50324100 - System maintenance services
  • 50324200 - Preventive maintenance services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 72211000 - Programming services of systems and user software
  • 72212190 - Educational software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212210 - Networking software development services
  • 72212213 - Operating system enhancement software development services
  • 72212214 - Network operating system software development services
  • 72212215 - Networking developers software development services
  • 72212219 - Miscellaneous networking software development services
  • 72212514 - Remote access software development services
  • 72212900 - Miscellaneous software development services and computer systems
  • 72220000 - Systems and technical consultancy services
  • 72222300 - Information technology services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72250000 - System and support services
  • 72251000 - Disaster recovery services
  • 72253200 - Systems support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72300000 - Data services
  • 72310000 - Data-processing services
  • 72400000 - Internet services
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services
  • 72700000 - Computer network services
  • 72710000 - Local area network services
  • 72910000 - Computer back-up services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Sub-lot 3: Network Security

Network Security is a sub-lot that will enable Contracting Authorities to procure a range of network security solutions including firewalling and associated network security services, filtering and monitoring of filtering services, safeguarding and prevent monitoring, penetration testing and security, antivirus protection, and secure remote connectivity.

Network Security is a sub-lot of Lot 5: Networking. Contracting Authorities wishing to procure network security

products or services through Further Competition may choose to procure using Sub-lot 3: Network Security, the overarching Lot 5: Networking, or Lot 1: Strategic Partnering Services, depending on their other requirements. More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded as a Panel Member for an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot. Suppliers will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 6: Software (Overarching lot)

Lot No

11

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30211300 - Computer platforms
  • 30230000 - Computer-related equipment
  • 48160000 - Library software package
  • 48161000 - Library management system
  • 48190000 - Educational software package
  • 48200000 - Networking, Internet and intranet software package
  • 48218000 - License management software package
  • 48219000 - Miscellaneous networking software package
  • 48224000 - Web page editing software package
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48310000 - Document creation software package
  • 48311000 - Document management software package
  • 48311100 - Document management system
  • 48312000 - Electronic publishing software package
  • 48313000 - Optical-character-recognition (OCR) software package
  • 48313100 - Optical reading system
  • 48314000 - Voice recognition software package
  • 48315000 - Desktop-publishing software package
  • 48316000 - Presentation software package
  • 48317000 - Word-processing software package
  • 48318000 - Scanner software package
  • 48320000 - Drawing and imaging software package
  • 48321000 - Computer-aided design (CAD) software package
  • 48322000 - Graphics software package
  • 48323000 - Computer-aided manufacturing (CAM) software package
  • 48326000 - Mapping software package
  • 48326100 - Digital mapping system
  • 48327000 - Drawing and painting software package
  • 48328000 - Image-processing software package
  • 48330000 - Scheduling and productivity software package
  • 48331000 - Project management software package
  • 48422000 - Software package suites
  • 48430000 - Inventory management software package
  • 48462000 - Mathematical or forecasting software package
  • 48463000 - Statistical software package
  • 48500000 - Communication and multimedia software package
  • 48510000 - Communication software package
  • 48511000 - Desktop communications software package
  • 48514000 - Remote access software package
  • 48515000 - Video conferencing software package
  • 48517000 - IT software package
  • 48520000 - Multimedia software package
  • 48521000 - Music or sound editing software package
  • 48522000 - Virtual keyboard software package
  • 48611000 - Database software package
  • 48620000 - Operating systems
  • 48740000 - Foreign language translation software package
  • 48760000 - Virus protection software package
  • 48761000 - Anti-virus software package
  • 48771000 - General utility software package
  • 48780000 - System, storage and content management software package
  • 48900000 - Miscellaneous software package and computer systems
  • 48931000 - Training software package
  • 48983000 - Development software package
  • 48985000 - Programming languages
  • 48990000 - Spreadsheets and enhancement software package
  • 48991000 - Spreadsheet software package
  • 72210000 - Programming services of packaged software products
  • 72212000 - Programming services of application software
  • 72212100 - Industry specific software development services
  • 72212190 - Educational software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212210 - Networking software development services
  • 72212213 - Operating system enhancement software development services
  • 72212218 - License management software development services
  • 72227000 - Software integration consultancy services
  • 72253200 - Systems support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72413000 - World wide web (www) site design services
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 6: Software

Software is the overarching lot that includes the General/Educational Software, Cloud Software, and Administration Software sub-lots.

To be successfully awarded a place on the overarching lot, Suppliers must provide responses to, and be successfully awarded a place on each sub-lot under that lot. Suppliers successfully awarded as a Panel Member for a sub-lot will be invited to tender for all Further Competitions for that sub-lot. Suppliers successfully awarded as a Panel Member for all the sub-lots in a lot will automatically be awarded as a Panel Member on the overarching lot and will be invited to tender for all Further Competitions for the lot and all its sub-lots. However, they will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

There are 3 sub-lots:

Sub-lot 1: General/Educational Software

Sub-Lot 2: Cloud Software

Sub-Lot 3: Administration Software

two.2) Description

two.2.1) Title

Lot 6 Software Sub-lot 1 General/Educational Software

Lot No

12

two.2.2) Additional CPV code(s)

  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30211300 - Computer platforms
  • 30230000 - Computer-related equipment
  • 48190000 - Educational software package
  • 48200000 - Networking, Internet and intranet software package
  • 48219000 - Miscellaneous networking software package
  • 48224000 - Web page editing software package
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48310000 - Document creation software package
  • 48311000 - Document management software package
  • 48311100 - Document management system
  • 48312000 - Electronic publishing software package
  • 48313000 - Optical-character-recognition (OCR) software package
  • 48313100 - Optical reading system
  • 48314000 - Voice recognition software package
  • 48315000 - Desktop-publishing software package
  • 48316000 - Presentation software package
  • 48317000 - Word-processing software package
  • 48318000 - Scanner software package
  • 48320000 - Drawing and imaging software package
  • 48321000 - Computer-aided design (CAD) software package
  • 48322000 - Graphics software package
  • 48323000 - Computer-aided manufacturing (CAM) software package
  • 48326000 - Mapping software package
  • 48326100 - Digital mapping system
  • 48327000 - Drawing and painting software package
  • 48328000 - Image-processing software package
  • 48330000 - Scheduling and productivity software package
  • 48331000 - Project management software package
  • 48422000 - Software package suites
  • 48462000 - Mathematical or forecasting software package
  • 48463000 - Statistical software package
  • 48500000 - Communication and multimedia software package
  • 48510000 - Communication software package
  • 48511000 - Desktop communications software package
  • 48514000 - Remote access software package
  • 48515000 - Video conferencing software package
  • 48517000 - IT software package
  • 48520000 - Multimedia software package
  • 48521000 - Music or sound editing software package
  • 48522000 - Virtual keyboard software package
  • 48611000 - Database software package
  • 48620000 - Operating systems
  • 48740000 - Foreign language translation software package
  • 48760000 - Virus protection software package
  • 48761000 - Anti-virus software package
  • 48771000 - General utility software package
  • 48780000 - System, storage and content management software package
  • 48900000 - Miscellaneous software package and computer systems
  • 48983000 - Development software package
  • 48985000 - Programming languages
  • 48990000 - Spreadsheets and enhancement software package
  • 48991000 - Spreadsheet software package
  • 72210000 - Programming services of packaged software products
  • 72212000 - Programming services of application software
  • 72212100 - Industry specific software development services
  • 72212190 - Educational software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212210 - Networking software development services
  • 72212213 - Operating system enhancement software development services
  • 72227000 - Software integration consultancy services
  • 72253200 - Systems support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72413000 - World wide web (www) site design services
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Sub-lot 1: General/Educational Software

General/Educational Software is a sub-lot that will enable Contracting Authorities to procure a range of software specifically for use in the Education Sector.

General/Educational Software is a sub-lot of Lot 6: Software. Contracting Authorities wishing to procure general or educational software through Further Competition may choose to procure using Sub-lot 1: General/Educational Software, the overarching Lot 6: Software, or Lot 1: Strategic Partnering Services, depending on their other requirements. More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded as a Panel Member for an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot. Suppliers will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 6 Software Sub-lot 2 Cloud Software

Lot No

13

two.2.2) Additional CPV code(s)

  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30211300 - Computer platforms
  • 30230000 - Computer-related equipment
  • 48160000 - Library software package
  • 48161000 - Library management system
  • 48190000 - Educational software package
  • 48200000 - Networking, Internet and intranet software package
  • 48210000 - Networking software package
  • 48218000 - License management software package
  • 48219000 - Miscellaneous networking software package
  • 48224000 - Web page editing software package
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48310000 - Document creation software package
  • 48311000 - Document management software package
  • 48311100 - Document management system
  • 48312000 - Electronic publishing software package
  • 48313000 - Optical-character-recognition (OCR) software package
  • 48313100 - Optical reading system
  • 48314000 - Voice recognition software package
  • 48315000 - Desktop-publishing software package
  • 48316000 - Presentation software package
  • 48317000 - Word-processing software package
  • 48318000 - Scanner software package
  • 48320000 - Drawing and imaging software package
  • 48321000 - Computer-aided design (CAD) software package
  • 48322000 - Graphics software package
  • 48323000 - Computer-aided manufacturing (CAM) software package
  • 48326000 - Mapping software package
  • 48326100 - Digital mapping system
  • 48327000 - Drawing and painting software package
  • 48328000 - Image-processing software package
  • 48330000 - Scheduling and productivity software package
  • 48331000 - Project management software package
  • 48422000 - Software package suites
  • 48430000 - Inventory management software package
  • 48462000 - Mathematical or forecasting software package
  • 48463000 - Statistical software package
  • 48500000 - Communication and multimedia software package
  • 48510000 - Communication software package
  • 48511000 - Desktop communications software package
  • 48514000 - Remote access software package
  • 48515000 - Video conferencing software package
  • 48517000 - IT software package
  • 48520000 - Multimedia software package
  • 48521000 - Music or sound editing software package
  • 48522000 - Virtual keyboard software package
  • 48611000 - Database software package
  • 48620000 - Operating systems
  • 48740000 - Foreign language translation software package
  • 48760000 - Virus protection software package
  • 48761000 - Anti-virus software package
  • 48771000 - General utility software package
  • 48780000 - System, storage and content management software package
  • 48900000 - Miscellaneous software package and computer systems
  • 48931000 - Training software package
  • 48983000 - Development software package
  • 48985000 - Programming languages
  • 48990000 - Spreadsheets and enhancement software package
  • 72210000 - Programming services of packaged software products
  • 72212000 - Programming services of application software
  • 72212100 - Industry specific software development services
  • 72212190 - Educational software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212210 - Networking software development services
  • 72212213 - Operating system enhancement software development services
  • 72212218 - License management software development services
  • 72227000 - Software integration consultancy services
  • 72253200 - Systems support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72413000 - World wide web (www) site design services
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Sub-Lot 2: Cloud Software

Cloud Software is a sub-lot that will enable Contracting Authorities to procure a range of internet based and run software systems and platforms, including learning platforms or portals, assessment, attainment, and associated tools, resource management and resource access tools, single sign-on tools, security and safeguarding tools, network, user management and monitoring tools, and communications tools.

Cloud Software is a sub-lot of Lot 6: Software. Contracting Authorities wishing to procure cloud software through Further Competition may choose to procure using Sub-lot 2: Cloud Software, the overarching Lot 6: Software, or Lot 1: Strategic Partnering Services, depending on their other requirements. More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded as a Panel Member for an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot. Suppliers will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 6 Software Sub-lot 3 Administration Software

Lot No

14

two.2.2) Additional CPV code(s)

  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30211300 - Computer platforms
  • 30230000 - Computer-related equipment
  • 48160000 - Library software package
  • 48161000 - Library management system
  • 48218000 - License management software package
  • 48311000 - Document management software package
  • 48311100 - Document management system
  • 48321000 - Computer-aided design (CAD) software package
  • 48330000 - Scheduling and productivity software package
  • 48331000 - Project management software package
  • 48422000 - Software package suites
  • 48430000 - Inventory management software package
  • 48500000 - Communication and multimedia software package
  • 48510000 - Communication software package
  • 48511000 - Desktop communications software package
  • 48514000 - Remote access software package
  • 48515000 - Video conferencing software package
  • 48517000 - IT software package
  • 48520000 - Multimedia software package
  • 48620000 - Operating systems
  • 48780000 - System, storage and content management software package
  • 48900000 - Miscellaneous software package and computer systems
  • 48931000 - Training software package
  • 48990000 - Spreadsheets and enhancement software package
  • 48991000 - Spreadsheet software package
  • 72212218 - License management software development services
  • 72227000 - Software integration consultancy services
  • 72253200 - Systems support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72413000 - World wide web (www) site design services
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Sub-Lot 3: Administration Software

Administration Software is a sub-lot that will enable Contracting Authorities to procure a range of administrative software including finance software, HR software, data processing and attainment/assessment tools, parent communications and payment systems, payroll software, asset management software, and CRM systems.

Administration Software is a sub-lot of Lot 6: Software. Contracting Authorities wishing to procure administrative software through Further Competition may choose to procure using Sub-lot 3: Administration Software, the overarching Lot 6: Software, or Lot 1: Strategic Partnering Services, depending on their other requirements. More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded as a Panel Member for an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot. Suppliers will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 7: Cloud Services (No sub-lots)

Lot No

15

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30211300 - Computer platforms
  • 30230000 - Computer-related equipment
  • 22121000 - Technical publications
  • 48190000 - Educational software package
  • 48200000 - Networking, Internet and intranet software package
  • 48210000 - Networking software package
  • 48214000 - Network operating system software package
  • 48218000 - License management software package
  • 48219000 - Miscellaneous networking software package
  • 48219700 - Communications server software package
  • 48220000 - Internet and intranet software package
  • 48222000 - Web server software package
  • 48223000 - Electronic mail software package
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48310000 - Document creation software package
  • 48311000 - Document management software package
  • 48311100 - Document management system
  • 48316000 - Presentation software package
  • 48317000 - Word-processing software package
  • 48330000 - Scheduling and productivity software package
  • 48331000 - Project management software package
  • 48422000 - Software package suites
  • 48500000 - Communication and multimedia software package
  • 48510000 - Communication software package
  • 48511000 - Desktop communications software package
  • 48514000 - Remote access software package
  • 48517000 - IT software package
  • 48520000 - Multimedia software package
  • 48611000 - Database software package
  • 48620000 - Operating systems
  • 48710000 - Backup or recovery software package
  • 48730000 - Security software package
  • 48731000 - File security software package
  • 48760000 - Virus protection software package
  • 48761000 - Anti-virus software package
  • 48780000 - System, storage and content management software package
  • 48781000 - System management software package
  • 48782000 - Storage management software package
  • 48783000 - Content management software package
  • 48800000 - Information systems and servers
  • 48810000 - Information systems
  • 48811000 - E-mail system
  • 48821000 - Network servers
  • 48822000 - Computer servers
  • 48823000 - File servers
  • 48824000 - Printer servers
  • 48825000 - Web servers
  • 48900000 - Miscellaneous software package and computer systems
  • 48931000 - Training software package
  • 48942000 - Calendar software package
  • 48982000 - Configuration management software package
  • 48990000 - Spreadsheets and enhancement software package
  • 48991000 - Spreadsheet software package
  • 50000000 - Repair and maintenance services
  • 72211000 - Programming services of systems and user software
  • 72212000 - Programming services of application software
  • 72212100 - Industry specific software development services
  • 72212190 - Educational software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212210 - Networking software development services
  • 72212213 - Operating system enhancement software development services
  • 72212214 - Network operating system software development services
  • 72212215 - Networking developers software development services
  • 72212219 - Miscellaneous networking software development services
  • 72212220 - Internet and intranet software development services
  • 72212221 - Internet browsing software development services
  • 72212222 - Web server software development services
  • 72212223 - Electronic mail software development services
  • 72212224 - Web page editing software development services
  • 72212310 - Document creation software development services
  • 72212311 - Document management software development services
  • 72212500 - Communication and multimedia software development services
  • 72212510 - Communication software development services
  • 72212511 - Desktop communications software development services
  • 72212782 - Storage management software development services
  • 72212783 - Content management software development services
  • 72212900 - Miscellaneous software development services and computer systems
  • 72220000 - Systems and technical consultancy services
  • 72222300 - Information technology services
  • 72227000 - Software integration consultancy services
  • 72250000 - System and support services
  • 72251000 - Disaster recovery services
  • 72253200 - Systems support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72300000 - Data services
  • 72310000 - Data-processing services
  • 72311100 - Data conversion services
  • 72313000 - Data capture services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 7: Cloud Services

Cloud Services is a lot that will enable Contracting Authorities to procure a range of products and services to allow them to adopt a cloud-first approach for user identity, resource management, application access, communications, and productivity.

Suppliers awarded a place on this lot will be invited to tender for all Further Competitions for the lot but will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual). More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

This lot has no sub-lots.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 9: Printing (No sub-lots)

Lot No

17

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 22455000 - ID cards
  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 22610000 - Printing ink
  • 22993000 - Photosensitive, heat-sensitive or thermographic paper and paperboard
  • 22993100 - Photosensitive paper or paperboard
  • 22993200 - Heat-sensitive paper or paperboard
  • 22993300 - Thermographic paper or paperboard
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 30120000 - Photocopying and offset printing equipment
  • 30121000 - Photocopying and thermocopying equipment
  • 30121100 - Photocopiers
  • 30121200 - Photocopying equipment
  • 30121300 - Reproduction equipment
  • 30121400 - Duplicating machines
  • 30124300 - Drums for office machine
  • 30124400 - Staple cartridges
  • 30124500 - Scanner accessories
  • 30124520 - Scanner document feeders
  • 30124530 - Scanner transparency adapters
  • 30125000 - Parts and accessories of photocopying apparatus
  • 30125100 - Toner cartridges
  • 30125110 - Toner for laser printers/fax machines
  • 30125120 - Toner for photocopiers
  • 30170000 - Labelling machines
  • 30192400 - Reprographic supplies
  • 30197630 - Printing paper
  • 30197642 - Photocopier paper and xerographic paper
  • 30197643 - Photocopier paper
  • 30197644 - Xerographic paper
  • 30197645 - Card for printing
  • 30200000 - Computer equipment and supplies
  • 30230000 - Computer-related equipment
  • 30232100 - Printers and plotters
  • 30232110 - Laser printers
  • 30232130 - Colour graphics printers
  • 30232140 - Plotters
  • 30232150 - Inkjet printers
  • 30233300 - Smart card readers
  • 30233310 - Fingerprint readers
  • 30233320 - Combined smart card and fingerprint readers
  • 48200000 - Networking, Internet and intranet software package
  • 48219000 - Miscellaneous networking software package
  • 48517000 - IT software package
  • 48770000 - General, compression and print utility software package
  • 48773000 - Print utility software package
  • 48773100 - Print-spooling software package
  • 48824000 - Printer servers
  • 48900000 - Miscellaneous software package and computer systems
  • 48970000 - Print shop software package
  • 50000000 - Repair and maintenance services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50313000 - Maintenance and repair of reprographic machinery
  • 50324100 - System maintenance services
  • 72250000 - System and support services
  • 72253200 - Systems support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services
  • 79810000 - Printing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 9: Printing

Printing is a lot that will enable Contracting Authorities to procure a range of printing devices, peripherals, and consumables, print release solutions, and services required facilitate print services.

Suppliers awarded a place on this lot will be invited to tender for all Further Competitions for the lot but will not be invited to bid for any part of a Further Competition using a lot that they are not a Panel Member for. For example, if a Contracting Authority has asked for Audio Visual equipment as part of their Managed Service or Strategic Partner Further Competition, only Panel Members for Lot 1: Strategic Partnering Services, Lot 2: Support Services, and Lot 2 Sub-lot 2: Managed Service will be invited to bid (and not Panel Members for Lot 8: Audio Visual). More information is available in EN-ICT-1021 Phase 2 ITT Vol 1 - Instruction and Guidance for Tenderers - Final.docx and EN-ICT-1021 Phase 2 ITT App 2 – Framework Lots - Final.xlsx.

This lot has no sub-lots.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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

Envisaged maximum number of participants to the framework agreement: 100

four.1.6) Information about electronic auction

An electronic auction will be used

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

28 February 2022

Local time

5:00pm

Changed to:

Date

4 March 2022

Local time

3:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 February 2022

Local time

5:00pm

Place

Cambridgeshire


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=223297.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:223297)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit