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.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
- 30230000 - Computer-related equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Halton Housing (HH) sought 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 is a 4-year framework agreement which commenced in August 2022. The final framework has been awarded to 3 suppliers.
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: £280,000
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
Quality criterion - Name: Quality / Weighting: 20%
Price - Weighting: 80%
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
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-015775
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
6 September 2022
five.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 9
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: 12
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Millgate Ltd
7 Vantage drive, Sheffield, S9 1RG
Sheffield
Country
United Kingdom
NUTS code
- UKE - Yorkshire and the Humber
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £280,000
Total value of the contract/lot: £280,000
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
6 September 2022
five.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 9
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: 12
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Millgate Ltd
7 Vantage drive, Sheffield, S9 1RG
Sheffield
Country
United Kingdom
NUTS code
- UKE - Yorkshire and the Humber
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £280,000
Total value of the contract/lot: £280,000
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
6 September 2022
five.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 9
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: 12
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Thomas Stoner Supplies
50-54 Oswald Road, Scunthorpe, North Lincolnshire DN15 7PQ
Scunthorpe
Country
United Kingdom
NUTS code
- UKE - Yorkshire and the Humber
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £280,000
Total value of the contract/lot: £280,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This tender process incorporated a minimum 10 calendar day standstill period at the point information on the ward was communicated to tenderers. Tenderers could have raised appeals directly via the contact points detailed in section VI.4.1 of the contract notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who had been harmed or were at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
six.4.4) Service from which information about the review procedure may be obtained
Halton Housing
Waterfront Point, Warrington Road
Widnes
WA8 0TD
tenders@cirruspurchasing.co.uk
Country
United Kingdom