Contract

HealthTrust Europe Framework Agreement for Enterprise Solutions for End-to-End ICT OEM Hardware and Software

  • HealthTrust Europe LLP (HTE) acting on behalf of the Mid and South Essex NHS Foundation Trust (“Authority/MSE”)

F03: Contract award notice

Notice identifier: 2024/S 000-022332

Procurement identifier (OCID): ocds-h6vhtk-045108

Published 18 July 2024, 3:17pm



Section one: Contracting authority

one.1) Name and addresses

HealthTrust Europe LLP (HTE) acting on behalf of the Mid and South Essex NHS Foundation Trust (“Authority/MSE”)

19 George Road

Edgbaston, Birmingham

B15 1NU

Email

Amelia.Whatley@htepg.com

Telephone

+44 08458875000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://healthtrusteurope.bravosolution.co.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HealthTrust Europe Framework Agreement for Enterprise Solutions for End-to-End ICT OEM Hardware and Software

two.1.2) Main CPV code

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Framework is targeted at hardware Original Equipment Manufacturer's (OEM's), with the capability to provide a wide range of Client Devices, associated OEM hardware products and associated software products and services across their own brand(s) and or technology group branding. The Framework Agreement scope across 1 (One) Lot which includes;

1. Hardware (OEM Hardware) - Own brand Hardware which includes the following categories; Audio Visual Equipment excluding Smart Screens, Smart Screens/ Information Screens, Data Storage, Digital Technology Devices, Enterprise Servers, Housing and Power, Networking, Peripherals, Hardware as a Service (HaaS), Wireless Access Points and Controllers and any other items which may be reasonably described as hardware.. This category ranges from single hardware purchases and modifications of hardware equipment; to full Specification design, build, installation, support, and maintenance of enterprise level infrastructure for complete ICT Solutions.

2. Software - The provision, implementation and facilitation of OEM software solutions, to enhance the performance of accompanying and/or existing OEM hardware within a Participating Authority. This includes commoditised off the shelf programs, applications and software packages. This incorporates all aspects of software licensing including cloud, mobile software licensing and Software-as-a-Service (SaaS).

3. ICT Security and Cybersecurity - The provision, implementation and facilitation of all necessary ICT elements, to provide robust defences against security threats whether internal, external, digital or physical. The security category consists of technologies, solutions, processes, and controls designed to protect systems, networks and data from risk.

4. ICT Technology Assisted Services including Digitisation and Digitalisation - The provision of services to enhance OEM hardware and/or Software solutions including (non-exhaustive list) pre and post sales engagement; consultancy and advisory services; installation and on-site expertise; deployment of people for ICT related solution specific services; education and training; managed services; financial services; maintenance; technical support; logistics; hosting; security services; hardware/ software deployments, configuration disposals, data destruction, refurbishment, and recycling.

5. Social Value - The Social Value categorisation will aid Participating Authorities in ensuring that what they buy creates additional benefits for society. It will enable public sector bodies to meet their social value outcomes and deliverables (where applicable) by assessing, recording, measuring and reporting social value objectives, outcomes and processes where applicable.

The Framework will enable a range of purchase options and value add benefits including but not limited to; storage and logistics, configuration, finance, Device as a Service (DaaS) and leasing; enabling Participating Authorities to update their ICT estate in a way that best meets their individual needs, the needs of a group of Contracting Authorities, or the needs of their Integrated Care Systems (ICS).

The duration of the Agreement will be 4 years maximum; 2 years (24 months) initial period with the option of extending for up to 24 months.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,000,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 30200000 - Computer equipment and supplies
  • 30210000 - Data-processing machines (hardware)
  • 30211400 - Computer configurations
  • 44316400 - Hardware
  • 48000000 - Software package and information systems
  • 50312600 - Maintenance and repair of information technology equipment
  • 50322000 - Maintenance services of personal computers
  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under this Framework Agreement the supplier will provide: Original Equipment Manufacturer's Client Devices, associated OEM hardware products and associated software products and services.

The current annual spend through the Agreement is estimated to be £50 million per annum (based on spend data January - December 2023).

TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI) The terms and conditions of this Agreement and any resulting call-off contract is appended to the ITT. These terms include provisions requiring the payment by the supplier of an ABI management charge in consideration of the award of this Agreement, the management and administration by HTE of the overall contract structure and associated documentation, as well as the requirement to submit regular management information to HTE. SUBMISSION OF EXPRESSIONS OF INTEREST AND PROCUREMENT

INFORMATION This exercise will be conducted on the HTE Bravo portal. Candidates wishing to be considered must register expressions of interest as follows: Register on the HTE portal at https://healthtrusteurope.bravosolution.co.uk. Login to the portal with username/password. Click the SQs/ITTs Open to All Suppliers link. These are the SQs/ITTs open to any registered supplier. Click on the relevant SQ/ ITT to access the content. Click the Express Interest button at the top of the page. This will move the SQ/ITT into your My SQs/My ITTs page. You can access any attachments by clicking Buyer Attachments in the SQ/ITT Details box. Follow the onscreen instructions to complete the SQ/ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact the Bravo e- Tendering Help Desk at help@bravosolution.co.uk.

HealthTrust Europe utilises the Supplier Registration Service information database, formally known as sid4gov. Candidates are requested to register on the Supplier Registration service at Supplier Registration Service (cabinetoffice.gov.uk) and submit their sid4gov company profile for publication on the database. Candidates already registered on Supplier Registration Service must ensure that information is up to date. Where access to sid4gov is unavailable, please contact the helpdesk at sid4gov@gps.gsi.gov.uk.

Please note that, at present, sid4gov does not prepopulate any fields of the SQ on the Portal, and therefore Potential Providers must complete the Qualification and Selection Envelopes of the SQ in Bravo in full.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

Extension of up to 24 months

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

You may access further information on the HealthTrust Europe GPO Model at this link; www.healthtrusteurope.com/group-purchasing


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

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-011625


Section five. Award of contract

Contract No

HTE-0112003

Title

Enterprise Solutions for End to End ICT 2024

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 July 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Dell Corporation Limited

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,000,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Legal Department, HealthTrust Europe

Edgbaston, Birmingham

Birmingham

B15 1NU

Telephone

+44 8458875000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Legal Department, HealthTrust Europe

19 George Road

Edgbaston, Birmingham

B15 1NU

Telephone

+44 8458875000

Country

United Kingdom