Award

IT Infrastructure Partners

YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST

This public procurement record has 1 release in its history.

Award

05 Jan 2023 at 09:00

Summary of the contracting process

The York and Scarborough Teaching Hospitals NHS Foundation Trust has awarded a contract for IT Infrastructure Partners, with a total contract value of £5,500,000. The procurement process involved a selective method, calling off from a framework agreement. The contract period will run from December 20, 2022, to December 19, 2025. The procurement stage was an award, and the tender period ended on November 1, 2022, with procurement classification falling under Hardware, Software, and Installation services. The contract was awarded to Specialist Computer Centres PLC, suitable for SMEs.

This procurement opportunity for IT infrastructure services presents a chance for businesses working in hardware, software, and installations to expand their operations. Companies providing network solutions, cloud services, security, and professional IT services are well-suited for this tender. The location of the contract is in Yorkshire and the Humber, United Kingdom, offering opportunities for local businesses. The Trust aims to improve its technology foundations and operational efficiency through the vendors, creating room for growth and partnership in the IT sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

IT Infrastructure Partners

Notice Description

The objective of this procurement is to procure the services of up to two IPs, who will provide the breadth and depth of technology capabilities (Networks, Platforms (Compute, Storage, and End-user)) and services to help build the technology foundations for the future while reducing operational risk, improving operational performance and efficiency, while enhancing the Trust's security posture. Scope of services The IPs must have the core capabilities and experience to provide a wide range of services across the IT lifecycle (i.e. plan, design, supply, implement/integrate, support, operate, manage, optimise and retire), spanning the Trust's existing IT estate and the future technology landscape. This will include, as a minimum, the following areas of technology: Lot 1 - Networks Hardware - data centre and on-site network solutions, wide area network solutions, cloud and hybrid cloud connectivity, security (endpoint, firewalls, network, threat management), Wi-Fi Software - including software provision, installation, license management and cloud services Professional Services - advisory/consultancy services, business continuity and disaster recovery, business intelligence and analytics, deployments and configuration, installation, project management, managed services, support/maintenance services, software support and security services, etc. Lot 2 - Compute and Storage Platform, End-user Platform Hardware - data centre and on-premise solutions, cloud and hybrid cloud solutions, security (e.g., threat management, vulnerability management, patch management), and end user and client solutions Software - cloud services, operating software, programmes and applications, internet solutions, software license optimisation, etc. Professional Services - advisory/consultancy services, business continuity and disaster recovery, business intelligence and analytics, deployments and configuration, installation, project management, managed services, support/maintenance services, software support and security services, etc. The Trust expects the lots to consist of 80% hardware/software and 20% professional services. Further competition conducted under the NHS SBS Digital Workplace Solutions framework SBS/19/AB/WAB/9411

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-8fb39445-013a-47a1-a497-cb080f572093
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/4c409ce2-f1a8-40c8-b5e7-a071c643578a
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

48 - Software package and information systems

51 - Installation services (except software)


CPV Codes

44316400 - Hardware

48000000 - Software package and information systems

51600000 - Installation services of computers and office equipment

Notice Value(s)

Tender Value
£5,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
£5,500,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
5 Jan 20233 years ago
Submission Deadline
1 Nov 2022Expired
Future Notice Date
Not specified
Award Date
19 Dec 20223 years ago
Contract Period
20 Dec 2022 - 19 Dec 2025 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
YORK
Postcode
YO31 8HE
Post Town
York
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE2 North Yorkshire
Small Region (ITL 3)
TLE21 York
Delivery Location
TLE Yorkshire and The Humber

Local Authority
York
Electoral Ward
Guildhall
Westminster Constituency
York Central

Supplier Information

Number of Suppliers
1
Supplier Name

SPECIALIST COMPUTER CENTRES

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-8fb39445-013a-47a1-a497-cb080f572093-2023-01-05T09:00:40Z",
    "date": "2023-01-05T09:00:40Z",
    "ocid": "ocds-b5fd17-8fb39445-013a-47a1-a497-cb080f572093",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PH/22/1497",
        "title": "IT Infrastructure Partners",
        "description": "The objective of this procurement is to procure the services of up to two IPs, who will provide the breadth and depth of technology capabilities (Networks, Platforms (Compute, Storage, and End-user)) and services to help build the technology foundations for the future while reducing operational risk, improving operational performance and efficiency, while enhancing the Trust's security posture. Scope of services The IPs must have the core capabilities and experience to provide a wide range of services across the IT lifecycle (i.e. plan, design, supply, implement/integrate, support, operate, manage, optimise and retire), spanning the Trust's existing IT estate and the future technology landscape. This will include, as a minimum, the following areas of technology: Lot 1 - Networks Hardware - data centre and on-site network solutions, wide area network solutions, cloud and hybrid cloud connectivity, security (endpoint, firewalls, network, threat management), Wi-Fi Software - including software provision, installation, license management and cloud services Professional Services - advisory/consultancy services, business continuity and disaster recovery, business intelligence and analytics, deployments and configuration, installation, project management, managed services, support/maintenance services, software support and security services, etc. Lot 2 - Compute and Storage Platform, End-user Platform Hardware - data centre and on-premise solutions, cloud and hybrid cloud solutions, security (e.g., threat management, vulnerability management, patch management), and end user and client solutions Software - cloud services, operating software, programmes and applications, internet solutions, software license optimisation, etc. Professional Services - advisory/consultancy services, business continuity and disaster recovery, business intelligence and analytics, deployments and configuration, installation, project management, managed services, support/maintenance services, software support and security services, etc. The Trust expects the lots to consist of 80% hardware/software and 20% professional services. Further competition conducted under the NHS SBS Digital Workplace Solutions framework SBS/19/AB/WAB/9411",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "44316400",
            "description": "Hardware"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "48000000",
                "description": "Software package and information systems"
            },
            {
                "scheme": "CPV",
                "id": "51600000",
                "description": "Installation services of computers and office equipment"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 4400000,
            "currency": "GBP"
        },
        "value": {
            "amount": 5500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2022-11-01T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-12-20T00:00:00Z",
            "endDate": "2025-12-19T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods"
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/EerK53Bv",
            "name": "YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST",
            "identifier": {
                "legalName": "YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/EerK53Bv"
            },
            "address": {
                "streetAddress": "Wigginton Road",
                "locality": "YORK",
                "postalCode": "YO318HE",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Paul Horsefield",
                "email": "paul.horsefield@york.nhs.uk"
            },
            "details": {
                "url": "https://www.yorkhospitals.nhs.uk/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-01428210",
            "name": "SPECIALIST COMPUTER CENTRES PLC",
            "identifier": {
                "legalName": "SPECIALIST COMPUTER CENTRES PLC",
                "scheme": "GB-COH",
                "id": "01428210"
            },
            "address": {
                "streetAddress": "Warwick Road BIRMINGHAM West Midlands B11 2LE GB"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/EerK53Bv",
        "name": "YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-8fb39445-013a-47a1-a497-cb080f572093-1",
            "status": "active",
            "date": "2022-12-19T00:00:00Z",
            "datePublished": "2023-01-05T09:00:40Z",
            "value": {
                "amount": 5500000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-01428210",
                    "name": "SPECIALIST COMPUTER CENTRES PLC"
                }
            ],
            "contractPeriod": {
                "startDate": "2022-12-20T00:00:00Z",
                "endDate": "2025-12-19T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/4c409ce2-f1a8-40c8-b5e7-a071c643578a",
                    "datePublished": "2023-01-05T09:00:40Z",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}