Contract

Halton Housing IT Hardware Supply Framework

  • Halton Housing

F03: Contract award notice

Notice identifier: 2022/S 000-024955

Procurement identifier (OCID): ocds-h6vhtk-034444

Published 6 September 2022, 2:16pm



Section one: Contracting authority

one.1) Name and addresses

Halton Housing

Waterfront Point, Warrington Road

Widnes

WA8 0TD

Contact

Tashi Jackson

Email

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

Email

tenders@cirruspurchasing.co.uk

Country

United Kingdom

Internet address

https://www.haltonhousing.co.uk/