Section one: Contracting authority
one.1) Name and addresses
Efficiency East Midlands Ltd
Unit 3 Maisies Way, South Normanton, Alfreton
Derbyshire
DE55 2DS
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43128
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://xantive.supplierselect.com/
Additional information can be obtained from another address:
Meta Procurement Ltd
Rock Cottage
Nottingham
NG7 1DE
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
https://xantive.supplierselect.com/
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
IT Reseller Framework
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
The complete range of technology products, services and solutions that can be purchased through Vendor Authorised Resellers covering all aspects of digital and technology enabled products and services; including Computing, IT Consultancy and Project Services, Applications and Data, Networks, Platforms and Infrastructure, Enterprise Systems and Services, Managed IT and Support Services, Products and Devices, Software, Licensing, Print Services and Products, Cloud Services, Digital and AI Services, Transition and Deployment Services, Web, Internet and Cyber and Security Services.
Provision of IT Products, Digital, Infrastructure and all IT Related and Associated Services
The Supplier(s) shall be able to provide a wide range of standard IT products, to include but not be limited to devices, audio visual equipment, network and digital infrastructure, IT peripherals, Cloud, operating systems, IT services, security and support provision.
two.1.5) Estimated total value
Value excluding VAT: £600,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 72100000 - Hardware consultancy services
- 72110000 - Hardware selection consultancy services
- 72120000 - Hardware disaster-recovery consultancy services
- 72130000 - Computer-site planning consultancy services
- 72140000 - Computer hardware acceptance testing consultancy services
- 72150000 - Computer audit consultancy and hardware consultancy services
- 72300000 - Data services
- 72310000 - Data-processing services
- 72311100 - Data conversion services
- 72311000 - Computer tabulation services
- 72311200 - Batch processing services
- 72311300 - Computer time-sharing services
- 72312000 - Data entry services
- 72312100 - Data preparation services
- 72312200 - Optical character recognition services
- 72313000 - Data capture services
- 72400000 - Internet services
- 72410000 - Provider services
- 72411000 - Internet service providers ISP
- 72412000 - Electronic mail service provider
- 72413000 - World wide web (www) site design services
- 72416000 - Application service providers
- 72500000 - Computer-related services
- 72510000 - Computer-related management services
- 72511000 - Network management software services
- 72512000 - Document management services
- 72513000 - Office automation services
- 72540000 - Computer upgrade services
- 72600000 - Computer support and consultancy services
- 72610000 - Computer support services
- 72611000 - Technical computer support services
- 72700000 - Computer network services
- 72710000 - Local area network services
- 72720000 - Wide area network services
- 72800000 - Computer audit and testing services
- 72810000 - Computer audit services
- 72900000 - Computer back-up and catalogue conversion services
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 30120000 - Photocopying and offset printing equipment
- 72212451 - Enterprise resource planning software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The complete range of technology products, services and solutions that can be purchased through Vendor Authorised Resellers covering all aspects of digital and technology enabled products and services; including Computing, IT Consultancy and Project Services, Applications and Data, Networks, Platforms and Infrastructure, Enterprise Systems and Services, Managed IT and Support Services, Products and Devices, Software, Licensing, Print Services and Products, Cloud Services, Digital and AI Services, Transition and Deployment Services, Web, Internet and Cyber and Security Services.
Provision of IT Products, Digital, Infrastructure and all IT Related and Associated Services
The Supplier(s) shall be able to provide a wide range of standard IT products, to include but not be limited to devices, audio visual equipment, network and digital infrastructure, IT peripherals, Cloud, operating systems, IT services, security and support provision.
two.2.5) Award criteria
Quality criterion - Name: Service Provision / Weighting: 50%
Quality criterion - Name: Max and Min margins / Weighting: 50%
Price - Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £600,000,000
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.1.2) 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: 8
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
20 September 2022
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 2 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 September 2022
Local time
3:00pm
Place
UK
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
n/a
(MT Ref:227100)
six.4) Procedures for review
six.4.1) Review body
Efficiency East Midlands
Unit 3 Maisies Way South Normanton
Derbyshire
DE55 2DS
Country
United Kingdom