Section one: Contracting authority
one.1) Name and addresses
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Cathays Park
Cardiff
CF10 3NQ
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