Tender

WGCD IT Products and Services Agreement (iii)

  • Llywodraeth Cymru / Welsh Government - Commercial Delivery

F02: Contract notice

Notice identifier: 2025/S 000-006505

Procurement identifier (OCID): ocds-h6vhtk-04b08e

Published 21 February 2025, 8:36am



Section one: Contracting authority

one.1) Name and addresses

Llywodraeth Cymru / Welsh Government - Commercial Delivery

Cathays Park

Cardiff

CF10 3NQ

Email

commercialprocurement.digitaldataict@gov.wales

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://gov.wales/public-sector-procurement

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

WGCD IT Products and Services Agreement (iii)

Reference number

WGCD-ICT-124-23

two.1.2) Main CPV code

  • 30200000 - Computer equipment and supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Welsh Government Commercial Delivery Team, on behalf of the Welsh Public Sector, wishes to establish a collaborative Framework Agreement for the supply of IT Product and Services to the public sector in Wales.

There will be five lots to covering a range of Products and/ or Services as follows:

Lot 1 - Hardware

Lot 2 - Software

Lot 3 - Audio Visual Services

Lot 4 - Multi-functional Print Devices and Print Solutions

Lot 5 - Integrated Solutions

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Multi-Functional Print Devices and Print Solutions

Lot No

4

two.2.2) Additional CPV code(s)

  • 30121100 - Photocopiers
  • 30121200 - Photocopying equipment
  • 30232100 - Printers and plotters
  • 30232110 - Laser printers
  • 30232150 - Inkjet printers
  • 32581200 - Fax equipment
  • 50310000 - Maintenance and repair of office machinery
  • 30124520 - Scanner document feeders
  • 48311000 - Document management software package
  • 48311100 - Document management system

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Pan-Wales

two.2.4) Description of the procurement

The Supplier shall be required to provide a range of Products and/ or Services under this lot:

Multi-Functional Print Devices and Print Solutions

The objective of this framework is to:

(a) Provide Customers with a wide range of MFD products and services, which meet the individual Customers requirements;

(b) Offer a flexible, competitive and simple route to market;

(c) Provide a value for money route to market, which continues to evolve to offer the latest technologies at competitive pricing; and

(d) Provide document and print solutions which balance the need for immediate savings, whilst considering the socio and environmental impact on future generations.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Price - Weighting: 30%

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

A maximum of 8 suppliers will be awarded a place within this Lot.

Suppliers successful under this Lot will be provided the option to be appointed to Lot 5 (Integrated Solutions).

two.2) Description

two.2.1) Title

Hardware

Lot No

1

two.2.2) Additional CPV code(s)

  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 30200000 - Computer equipment and supplies
  • 30213200 - Tablet computer
  • 30210000 - Data-processing machines (hardware)
  • 32413100 - Network routers
  • 48800000 - Information systems and servers
  • 48820000 - Servers
  • 48821000 - Network servers
  • 48822000 - Computer servers
  • 48825000 - Web servers
  • 48824000 - Printer servers
  • 30233180 - Flash memory storage devices
  • 30233140 - Direct-access storage devices (DASD)
  • 30213000 - Personal computers
  • 30213100 - Portable computers
  • 30213300 - Desktop computer
  • 30231000 - Computer screens and consoles
  • 30232000 - Peripheral equipment
  • 30215000 - Microcomputer hardware
  • 32423000 - Network hubs
  • 30230000 - Computer-related equipment
  • 31300000 - Insulated wire and cable
  • 30233000 - Media storage and reader devices
  • 32270000 - Digital transmission apparatus
  • 30237000 - Parts, accessories and supplies for computers
  • 30234000 - Storage media
  • 30236000 - Miscellaneous computer equipment
  • 30237300 - Computer supplies
  • 32420000 - Network equipment
  • 32421000 - Network cabling
  • 32260000 - Data-transmission equipment
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72100000 - Hardware consultancy services
  • 80533000 - Computer-user familiarisation and training services
  • 50320000 - Repair and maintenance services of personal computers
  • 32422000 - Network components
  • 32250000 - Mobile telephones
  • 50312000 - Maintenance and repair of computer equipment
  • 51000000 - Installation services (except software)
  • 72800000 - Computer audit and testing services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 31154000 - Uninterruptible power supplies
  • 32424000 - Network infrastructure
  • 72500000 - Computer-related services
  • 32425000 - Network operating system
  • 51600000 - Installation services of computers and office equipment
  • 32427000 - Network system
  • 72900000 - Computer back-up and catalogue conversion services
  • 30234500 - Memory storage media
  • 72511000 - Network management software services
  • 72510000 - Computer-related management services
  • 72514100 - Facilities management services involving computer operation
  • 72540000 - Computer upgrade services
  • 72590000 - Computer-related professional services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Pan-Wales

two.2.4) Description of the procurement

The purpose of this Lot is to provide Customers with:

(a) access to a wide range of IT Hardware products;

(b) access to services to support, manage and enable IT hardware estates;

(c) value for money, through;

(i) an effective supply chain;

(ii) supply base with Vendor Accreditations; and

(iii) value added services.

The Supplier shall provide a range of IT Hardware, including but not limited to;

(a) end user devices;

(b) servers and storage devices;

(c) network equipment;

(d) converged infrastructure;

(e) Electronic Point of Sale (EPOS hardware); and

(f) end point devices.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Price - Weighting: 30%

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

A maximum of 15 suppliers will be awarded a place within this Lot.

Suppliers successful under this Lot will be provided the option to be appointed to Lot 5 (Integrated Solutions).

two.2) Description

two.2.1) Title

Software

Lot No

2

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48200000 - Networking, Internet and intranet software package
  • 48825000 - Web servers
  • 80533000 - Computer-user familiarisation and training services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 48700000 - Software package utilities
  • 48100000 - Industry specific software package
  • 72300000 - Data services
  • 48210000 - Networking software package
  • 72800000 - Computer audit and testing services
  • 72200000 - Software programming and consultancy services
  • 48400000 - Business transaction and personal business software package
  • 48800000 - Information systems and servers
  • 48220000 - Internet and intranet software package
  • 48500000 - Communication and multimedia software package
  • 72500000 - Computer-related services
  • 48600000 - Database and operating software package
  • 72210000 - Programming services of packaged software products
  • 48900000 - Miscellaneous software package and computer systems

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Pan-Wales

two.2.4) Description of the procurement

The purpose of this Lot is to provide Customers:

(a) access to a wide range of software and cloud services products;

(b) access to services to deploy and manage software and cloud services;

(c) value for money, through;

(i) competitive tendering (further competitions);

(ii) supply base with Vendor Accreditations; and

(iii) value adding services.

Licensing and Subscription Scope

The Supplier shall provide a wide range of licensing and subscriptions, including but not limited to:

(a) off-the-shelf software licences;

(b) enterprise licenses;

(c) open source software;

(d) Software as a Service subscriptions;

(e) support licence renewals; and

(f) cloud and web services (including Platform and Infrastructure as a Service).

The Supplier shall have the capability to provide software products to multiple operating systems.

Associated Services Scope

The Supplier shall provide a range of design, implementation and on-going management Services, to include but not be limited to:

(a) strategy design;

(b) security management

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Price - Weighting: 30%

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

A maximum of 8 suppliers will be awarded a place within this Lot.

Suppliers successful under this Lot will be provided the option to be appointed to Lot 5 (Integrated Solutions).

two.2) Description

two.2.1) Title

Audio Visual Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 32321200 - Audio-visual equipment
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 32321300 - Audio-visual materials
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50342000 - Repair and maintenance services of audio equipment
  • 30231320 - Touch screen monitors
  • 30237260 - Monitor wall mount arms
  • 32323000 - Video monitors
  • 38651600 - Digital cameras
  • 92224000 - Digital television
  • 30191200 - Overhead projectors
  • 38652100 - Projectors
  • 32340000 - Microphones and loudspeakers
  • 48515000 - Video conferencing software package
  • 72212515 - Video conferencing software development services
  • 32323500 - Video-surveillance system
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Pan-Wales

two.2.4) Description of the procurement

The Supplier shall provide a range of Audio Visual Services equipment including but not limited to:

(a) video conferencing equipment;

(b) interactive whiteboards;

(c) interactive displays;

(d) projectors;

(e) sound and visual recording equipment;

(f) CCTV systems;

(g) meeting room audio;

(h) PA systems; and

(i) digital signage etc.

The Supplier shall be able to provide rental equipment and services for instances such as one-off events.

Services

The Supplier shall be required to provide on-going support and maintenance for:

(a) equipment installed by the Supplier; and

(b) existing equipment.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Price - Weighting: 30%

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

A maximum of 5 suppliers will be awarded a place within this Lot.

Tenderers bidding for Lot 3 (Audio Visual) shall not be permitted to bid for any other Lots, with the exception of the option of being appointed to Lot 5 (Integrated Solutions)

two.2) Description

two.2.1) Title

Integrated Solutions

Lot No

5

two.2.2) Additional CPV code(s)

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 30200000 - Computer equipment and supplies
  • 30211400 - Computer configurations
  • 30230000 - Computer-related equipment
  • 30236000 - Miscellaneous computer equipment
  • 48624000 - Personal computer (PC) operating system software package
  • 48900000 - Miscellaneous software package and computer systems
  • 30232100 - Printers and plotters
  • 48311100 - Document management system
  • 32321200 - Audio-visual equipment
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72100000 - Hardware consultancy services
  • 72130000 - Computer-site planning consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72222000 - Information systems or technology strategic review and planning services
  • 72222300 - Information technology services
  • 72223000 - Information technology requirements review services
  • 72224000 - Project management consultancy services
  • 72224100 - System implementation planning services
  • 72227000 - Software integration consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Pan-Wales

two.2.4) Description of the procurement

The Supplier shall provide an integrated IT Hardware and Software Solutions service, which will include but will not be limited to the scope of Lots 1 – 4.

This may take the form of:

(a) a one-stop-shop solution in which a single Supplier provides all aspects of the Customers IT requirements;

(i) several Elements, i.e. Hardware & Software

(ii) semi managed service, where a supplier would provide day-to-day operations, such as schools appointing a supplier to provide, install and manage network, to support Chrome/ Apple etc. or

(b) the design, implementation and/ or support of an IT Solution, which requires Products and or Services covered by 2 or more Lots, including but not limited to:

(i) digital Transformation

(ii) emerging Technologies, i.e. Smart City, machine learning, IoT

(iii) unified/ corporate comms;

(iv) converged/ hyper converged/ software defined Infrastructure;

(v) data centre design and implementation;

(vi) hybrid infrastructure solutions; and

(vii) bundled hardware and software.

(viii) audio Visual Solutions

(ix) print and document solutions

Successful Tenderers on Lot 1 (Hardware), Lot 2 (Software), Lot 3 (Audio Visual Services) and Lot 4 (Multi-Functional Print Devices and Print Solutions) shall automatically be given the option to be appointed to Lot 5 (Integrated Solutions).

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

A maximum of 36 suppliers will be awarded a place within this Lot.

For avoidance of doubt, there will be no separate Tender exercise to appoint Tenderers to Lot 5 (Integrated Solutions).


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: 36

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-034328

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

Date

29 April 2025

Local time

12:00pm

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

English, Welsh

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

30 April 2025

Local time

9:00am

Place

Virtual

Information about authorised persons and opening procedure

WGCD Team


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Invitation to Tender (ITT) documentation can be accessed via eTenderWales,

The eTenderWales Project references for this framework is Project_58579.

Within the project there is one ITT Qualification Questionnaire and one ITT Technical Questionnaire that ALL bidders must complete irrespective of the Lot/s you are bidding for. There are four separate ITT Commercial Questionnaires. Bidders only need to complete the ITT that relates to the lot/s they are bidding for.

Click on the Project title to access summary details of the ITT. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT's’ on the home page.

You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.

If you have any queries regarding the tender please message using the e-TenderWales message portal.

If you require the documentation in an alternative format, please use the ‘Messages’ area to contact the buyer directly, who will be able to provide a more suitable format. For example, Braille, Large Print, Word Document or Audio format.

Please note that recording your interest on does not automatically enter you into the tender process for this notice.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=148098

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

(a)Training and recruitment of economically inactive people: Creating new opportunities such as apprenticeships or providing hands on training weeks for current apprentices; intermediate training or work experience opportunities such as Traineeships; Work Trials or ‘sandwich’ placements for in-study work experience.

(b)Supply chain initiatives and Working with the 3rd Sector: Promotion of open and accessible supply chains that provide opportunities, for Wales based businesses - especially those who form part of our Foundational Economy and SMEs - to bid for work; promote engagement with social enterprises and supported businesses; promotion of fair work and prompt and fair payment terms down supply chains. Taking a circular approach to shorten supply chains can improve efficiency, create employment and increase competitiveness.

(c)Educational initiatives: Contributions to education in Wales through engagement with school, college and university curriculums focused on supporting STEM learning.

(d)Community and cultural initiatives: Contributions to community initiatives including those that support tackling poverty across Wales and that leave a lasting legacy within the community; promote attendance and participation in community and cultural events and that protect our cultural heritage. Moving to a circular economy can benefit our economy by retaining value in more resilient and shorter supply chains and enabling people and communities to come together to share resources and revitalise where we live.

(e)Environmental initiatives: Taking opportunities to minimise the environmental impact of the contract and to maximise the environmental benefits, especially where these objectives cannot be made part of the specification.

(WA Ref:148098)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom