Section one: Contracting authority
one.1) Name and addresses
Yorkshire Ambulance Authority NHS Trust
Units 2 and 3, Trinity Business Park, Turner Way
Wakefield
WF2 8EE
Contact
Lateef Owolabi
Telephone
+44 7395357426
Country
United Kingdom
Region code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ePR Device Refresh (iPads)
Reference number
YAS 239 2024_25
two.1.2) Main CPV code
- 30213200 - Tablet computer
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Trust seeks to transition from purchasing ambulance issued Getac rugged laptops to leasing end-user issued iPads, with an initial rollout of 3,500 iPads across its sites by June 2025. The Supplier will handle all aspects of the rollout, including setup of new iPads with accessories, asset tags, and registration on Apple Care Manager.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £1,600,177.05 / Highest offer: £1,755,807 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 30213200 - Tablet computer
two.2.3) Place of performance
NUTS codes
- UKE45 - Wakefield
Main site or place of performance
Springhill 1, Brindley Way, Wakefield WF2 0XQ
two.2.4) Description of the procurement
The Trust seeks to transition from purchasing ambulance issued Getac rugged laptops to leasing end-user issued iPads, with an initial rollout of 1,700 iPads across its sites by end of April 2025. The Supplier MAY be required to handle the aspects of the rollout, including setup of new iPads with SIM Cards/eSIMs, accessories, asset tags, registration on Apple Care for Enterprise and Apple Care OS. The supplier MAY manage logistics, including secure storage and bonded warehousing.
Rollout of new devices, along with Apple Financial Services (AFS), AppleCare OS Support (ACOS), and a dedicated account manager, will be required for the duration of the contract, with SLAs to be agreed upon with the selected bidder.
two.2.5) Award criteria
Quality criterion - Name: Technical and Social Value / Weighting: 40
Price - Weighting: 60
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- Additional deliveries by the original supplier
Explanation:
Procurement was completed via a public framework CCS RM6098 and 33 suppliers were invited via the framework.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 March 2025
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
CDW LIMITED
3rd Floor One New Change
Watnall
EC4M 9AF
Telephone
+44 7921472051
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02465350
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,600,177.05
Lowest offer: £1,600,177.05 / Highest offer: £1,755,807 taken into consideration
Section six. Complementary information
six.3) Additional information
Procurement was completed via CCS RM6098 Framework.
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom