Contract

IT Reseller Framework

  • Efficiency East Midlands Ltd

F03: Contract award notice

Notice identifier: 2022/S 000-032452

Procurement identifier (OCID): ocds-h6vhtk-035b92

Published 16 November 2022, 8:52am



Section one: Contracting authority

one.1) Name and addresses

Efficiency East Midlands Ltd

Unit 3 Maisies Way, South Normanton, Alfreton

Derbyshire

DE55 2DS

Email

contact@metaprocurement.org

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://metaprocurement.org/

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.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.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £600,000,000

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.2.11) 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 000-022367


Section five. Award of contract

Contract No

EEM0077

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 October 2022

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 9

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Currys Group Ltd

London

Country

United Kingdom

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

No

five.2.3) Name and address of the contractor

Softcat PLC

Buckinghamshire

Country

United Kingdom

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

No

five.2.3) Name and address of the contractor

Trustmarque Solutions Limited

London

Country

United Kingdom

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

No

five.2.3) Name and address of the contractor

XMA Limited

Nottingham

Country

United Kingdom

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

No

five.2.3) Name and address of the contractor

CDW Ltd

London

Country

United Kingdom

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

No

five.2.3) Name and address of the contractor

Phoenix Software Ltd

Leatherhead

Country

United Kingdom

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

No

five.2.3) Name and address of the contractor

Bytes Software Services Ltd

Leatherhead

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)

Initial estimated total value of the contract/lot: £600,000,000

Total value of the contract/lot: £600,000,000


Section six. Complementary information

six.3) Additional information

n/a

(MT Ref:227972)

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

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

Whitehall

Country

United Kingdom