Section one: Contracting authority
one.1) Name and addresses
Halton Housing
Waterfront Point, Warrington Road
Widnes
WA8 0TD
Contact
Tashi Jackson
tenders@cirruspurchasing.co.uk
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
https://www.haltonhousing.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/cirruspurchasing/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/cirruspurchasing/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Halton Housing IT Hardware Supply Framework
Reference number
Halton Housing 0057
two.1.2) Main CPV code
- 30200000 - Computer equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
Halton Housing (HH) is seeking bids to establish a framework of suppliers to supply IT hardware. Products will generally need to be delivered to the HH office at Waterfront Point, Warrington Rd, Widnes, WA8 0TD, but deliveries may also be required wherever HH has an operational requirement (UK mainland only). Purchases made under the framework will mainly be for end user IT hardware and peripheral IT items which are expected to include, but not be limited to; tablets, laptops, mobile/smart phones, desktop computers, monitors, projectors, TVs, thin clients, mice, cables and keyboards. From time to time, HH may also purchase any other IT hardware items under the framework that may be needed to meet the needs of the organisation (e.g. interactive audio-visual equipment). The outcome of the tender process will be a 4-year framework agreement expected to commence from August 2022. It is envisaged that the final framework will be awarded to approximately 3 suppliers.
two.1.5) Estimated total value
Value excluding VAT: £280,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30200000 - Computer equipment and supplies
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Products will generally need to be delivered to the HH office at Waterfront Point, Widnes, WA8 0TD, but deliveries may also be required wherever HH has an operational requirement (UK mainland only).
two.2.4) Description of the procurement
Purchases made under the framework will mainly be for end user IT hardware and peripheral IT items which are expected to include, but not be limited to; tablets, laptops, mobile/smart phones, desktop computers, monitors, projectors, TVs, thin clients, mice, cables and keyboards. From time to time, HH may also purchase any other IT hardware items under the framework that may be needed to meet the needs of the organisation (e.g. interactive audio-visual equipment). Successful framework suppliers must be able to supply a comprehensive range of up to date tablets, smart phones, laptops and desktop computers that come pre-installed with and run the following as their primary operating systems: Apple iOS (iOS 15.4.1 or higher on both phones and tablets) Android OS (Android 12 or higher on both phones and tablets) Mac OS (macOS Monterey 12.3.1 or higher) Microsoft Windows (Windows 11 or higher) Chrome OSWhilst the framework will primarily be used for the purchase and delivery of IT hardware, auxiliary services associated with the provision of IT hardware may also be purchased under the framework. These services may include, but not be limited to; hardware installation, configuration, repairs and recycling. From time to time, HH may also purchase operating system software and licenses from successful suppliers under the framework. The estimated value over the total framework duration is anticipated to be approximately £280,000 excluding VAT, however this is an estimate only. This is for information only, and no guarantees are given, nor are implied as to the value or quantity of business that will be placed with successful bidders. HH accepts no liability for any inaccuracies in the estimates provided. HH reserves the right to vary the volume of orders during the life of the framework. Award of a position on this framework to any supplier does not guarantee any contracts/orders will be awarded to that supplier.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £280,000
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Any supplier may be disqualified who has been convicted of:(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e);(c) the common law offence of bribery;(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);(e) where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):—(i) the common law offence of cheating the Revenue;(ii) the common law offence of conspiracy to defraud;(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o);(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r);(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;(f) any offence listed—(i) in section 41 of the Counter Terrorism Act 2008(a); or(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);(k) an offence under section 59A of the Sexual Offences Act 2003(g);(l) an offence under section 71 of the Coroners and Justice Act 2009(h);(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive—(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland
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: 3
In the case of framework agreements, provide justification for any duration exceeding 4 years:
n/a
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
Date
11 July 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 July 2022
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2026
six.3) Additional information
Please apply via our In-tend portal https://www.in-tendhost.co.uk/cirruspurchasing/aspx/Home. Please see the tender documents available from this link for additional information on the services required and the tender evaluation criteria.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in Section VI.4.1 of this contract notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).