Tender

Technology Framework Agreement 2 [4899761]

  • Procurement and Logistics Service
  • Business Services Organisation
  • Belfast Health and Social Care Trust
  • Children’s Court Guardian Agency for Northern Ireland
  • Northern Health and Social Care Trust
Show 13 more buyers Show fewer buyers
  • South Eastern Health and Social Care Trust
  • Southern Health and Social Care Trust
  • Western Health and Social Care Trust
  • NI Ambulance Service Trust
  • NI Blood Transfusion Service
  • NI Medical and Dental Training Agency
  • NI Practice and Education Council for Nursing and Midwifery
  • NI Social Care Council
  • NI Public Health Agency
  • NI Patient Client Council
  • NI Regulation and Quality Improvement Authority
  • DOH - Strategic Planning and Performance Group
  • NI Fire and Rescue Services

F02: Contract notice

Notice identifier: 2023/S 000-025194

Procurement identifier (OCID): ocds-h6vhtk-036b17

Published 25 August 2023, 5:56pm



The closing date and time has been changed to:

6 October 2023, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Procurement and Logistics Service

14-16 Great Victoria Street

Belfast

BT2 7BA

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Business Services Organisation

2 Franklin Street

Belfast

BT2 8DQ

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Belfast Health and Social Care Trust

A Floor, Belfast City Hospital, Lisburn Road

Belfast

BT9 7AB

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Children’s Court Guardian Agency for Northern Ireland

Centre House, 79 Chichester Street

Belfast

BT1 4JE

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Northern Health and Social Care Trust

Bretten Hall, Bush Road

Antrim

BT41 2RL

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

South Eastern Health and Social Care Trust

Ulster Hospital, Upper Newtownards Rd

Belfast

BT16 1RH

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Southern Health and Social Care Trust

Craigavon Area Hospital, 68 Lurgan Road

Portadown

BT63 5QQ

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Western Health and Social Care Trust

Altnagelvin Area Hospital, Glenshane Road

Londonderry

BT47 6SB

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

NI Ambulance Service Trust

Knockbracken Healthcare Park, Saintfield Road

Belfast

BT8 8SG

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

NI Blood Transfusion Service

Lisburn Road

Belfast

BT9 7TS

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

NI Medical and Dental Training Agency

Beechill House, 42 Beechill Rd

Belfast

BT8 7RL

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

NI Practice and Education Council for Nursing and Midwifery

Centre House, 79 Chichester St

Belfast

BT1 4JE

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

NI Social Care Council

Millennium House, 19-25 Great Victoria St

Belfast

BT2 7AQ

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

NI Public Health Agency

Linenhall Street Unit, 12-22 Linenhall Street

Belfast

BT2 8BS

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

NI Patient Client Council

1st Floor, Ormeau Baths 18 Ormeau Avenue

Belfast

BT2 8HS

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

NI Regulation and Quality Improvement Authority

9th Floor Riverside Tower, 5 Lanyon Place

Belfast

BT1 3BT

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

DOH - Strategic Planning and Performance Group

12-22 Linenhall Street

Belfast

BT2 8BS

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

NI Fire and Rescue Services

1 Seymour Street

Lisburn

BT27 4SX

Email

ict.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract involves 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://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

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

Technology Framework Agreement 2 [4899761]

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

Technology Framework Agreement 2 [4899761]

two.1.5) Estimated total value

Value excluding VAT: £600,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Lot 1 - Service Delivery, Transformation and Operational Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 72500000 - Computer-related services
  • 30200000 - Computer equipment and supplies
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 30210000 - Data-processing machines (hardware)
  • 30213000 - Personal computers
  • 30213100 - Portable computers
  • 30213200 - Tablet computer
  • 30215000 - Microcomputer hardware
  • 30213300 - Desktop computer
  • 30230000 - Computer-related equipment
  • 30231000 - Computer screens and consoles
  • 30231300 - Display screens
  • 30231200 - Consoles
  • 30234000 - Storage media
  • 30236000 - Miscellaneous computer equipment
  • 31154000 - Uninterruptible power supplies
  • 30233000 - Media storage and reader devices
  • 32232000 - Video-conferencing equipment
  • 32270000 - Digital transmission apparatus
  • 32420000 - Network equipment
  • 32421000 - Network cabling
  • 32422000 - Network components
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 72220000 - Systems and technical consultancy services
  • 48000000 - Software package and information systems
  • 32400000 - Networks
  • 32522000 - Telecommunications equipment
  • 51600000 - Installation services of computers and office equipment
  • 51300000 - Installation services of communications equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 50312300 - Maintenance and repair of data network equipment
  • 50323000 - Maintenance and repair of computer peripherals
  • 51610000 - Installation services of computers and information-processing equipment
  • 50324200 - Preventive maintenance services
  • 51611100 - Hardware installation services
  • 51612000 - Installation services of information-processing equipment
  • 50324100 - System maintenance services
  • 50324000 - Support services of personal computers
  • 45314320 - Installation of computer cabling
  • 50312000 - Maintenance and repair of computer equipment
  • 80533100 - Computer training services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 79121100 - Software copyright consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Technology Framework Agreement 2 [4899761]

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: £576,000,000

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

two.2.14) Additional information

The value in II.2.6) is the highest value for Lot 1 in the following range GBP 0 to GBP 576000000 which has been calculated on the basis of maximum 4 year Framework Agreement and any resultant contract(s).

two.2) Description

two.2.1) Title

Lot 2 - Technical Advice and Support

Lot No

2

two.2.2) Additional CPV code(s)

  • 72500000 - Computer-related services
  • 30200000 - Computer equipment and supplies
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 30210000 - Data-processing machines (hardware)
  • 30213000 - Personal computers
  • 30213100 - Portable computers
  • 30213200 - Tablet computer
  • 30215000 - Microcomputer hardware
  • 30213300 - Desktop computer
  • 30230000 - Computer-related equipment
  • 30231000 - Computer screens and consoles
  • 30231300 - Display screens
  • 30231200 - Consoles
  • 30234000 - Storage media
  • 30236000 - Miscellaneous computer equipment
  • 31154000 - Uninterruptible power supplies
  • 30233000 - Media storage and reader devices
  • 32232000 - Video-conferencing equipment
  • 32270000 - Digital transmission apparatus
  • 32420000 - Network equipment
  • 32421000 - Network cabling
  • 32422000 - Network components
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 72220000 - Systems and technical consultancy services
  • 48000000 - Software package and information systems
  • 32400000 - Networks
  • 32522000 - Telecommunications equipment
  • 51600000 - Installation services of computers and office equipment
  • 51300000 - Installation services of communications equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 50312300 - Maintenance and repair of data network equipment
  • 50323000 - Maintenance and repair of computer peripherals
  • 51610000 - Installation services of computers and information-processing equipment
  • 50324200 - Preventive maintenance services
  • 51611100 - Hardware installation services
  • 51612000 - Installation services of information-processing equipment
  • 50324100 - System maintenance services
  • 50324000 - Support services of personal computers
  • 45314320 - Installation of computer cabling
  • 50312000 - Maintenance and repair of computer equipment
  • 80533100 - Computer training services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 79121100 - Software copyright consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Technology Framework Agreement 2 [4899761]

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: £24,000,000

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

two.2.14) Additional information

The value in II.2.6) is the highest value for Lot 2 in the following range GBP 0 to GBP 24000000 which has . been calculated on the basis of maximum 4 year Framework Agreement and any resultant contract(s).


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: 7

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 000-026732

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

25 September 2023

Local time

3:00pm

Changed to:

Date

6 October 2023

Local time

3:00pm

See the change notice.

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

Tender must be valid until: 12 April 2024

four.2.7) Conditions for opening of tenders

Date

25 September 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

In section I.2), it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body Contract operated by Business Services Organisation, Procurement and Logistics Service on behalf of the participants listed in I.1). The contracting authority will identify the Most Economically Advantageous Tender(s) (MEAT) as indicated within the Procurement Documents. The evaluation process is provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b). Tenderers can bid for one Lot only. The award of each Lot is identified within the Procurement Documents.

six.4) Procedures for review

six.4.1) Review body

Business Services Organisation Procurement and Logistics Service

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

PaLS will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contract Regulations 2015 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.