Notice Information
Notice Title
Halton Housing IT Hardware Supply Framework
Notice Description
Halton Housing (HH) is seeking 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 will be a 4-year framework agreement expected to commence from August 2022. It is envisaged that the final framework will be awarded to approximately 3 suppliers.
Lot Information
Lot 1
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 PS280,000 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-034444
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/026424-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
-
- CPV Codes
30200000 - Computer equipment and supplies
Notice Value(s)
- Tender Value
- £280,000 £100K-£500K
- Lots Value
- £280,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £280,000 £100K-£500K
Notice Dates
- Publication Date
- 21 Sep 20223 years ago
- Submission Deadline
- 11 Jul 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Sep 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2026
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HALTON HOUSING
- Contact Name
- Tashi Jackson
- Contact Email
- tenders@cirruspurchasing.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- WIDNES
- Postcode
- WA8 0TD
- Post Town
- Warrington
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD71 East Merseyside
- Delivery Location
- TLD North West (England)
-
- Local Authority
- Halton
- Electoral Ward
- Halton View
- Westminster Constituency
- Widnes and Halewood
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-034444-2022-09-21T15:59:50+01:00",
"date": "2022-09-21T15:59:50+01:00",
"ocid": "ocds-h6vhtk-034444",
"description": "Please apply via our In-tend portal https://www.in-tendhost.co.uk/cirruspurchasing/aspx/Home. Please see the tender documents available from this link for additional information on the services required and the tender evaluation criteria.",
"initiationType": "tender",
"tender": {
"id": "2022/S 000-024955",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Halton Housing IT Hardware Supply Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "30200000",
"description": "Computer equipment and supplies"
},
"mainProcurementCategory": "goods",
"description": "Halton Housing (HH) is seeking 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 will be a 4-year framework agreement expected to commence from August 2022. It is envisaged that the final framework will be awarded to approximately 3 suppliers.",
"value": {
"amount": 280000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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 PS280,000 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.",
"value": {
"amount": 280000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "20%"
},
{
"type": "price",
"description": "80%"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30200000",
"description": "Computer equipment and supplies"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UKD"
}
],
"deliveryLocation": {
"description": "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)."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/cirruspurchasing/aspx/Home",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Any supplier may be disqualified who has been convicted of:(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e);(c) the common law offence of bribery;(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);(e) where the offence relates to fraud affecting the European Communities' financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):--(i) the common law offence of cheating the Revenue;(ii) the common law offence of conspiracy to defraud;(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o);(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r);(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;(f) any offence listed--(i) in section 41 of the Counter Terrorism Act 2008(a); or(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);(k) an offence under section 59A of the Sexual Offences Act 2003(g);(l) an offence under section 71 of the Coroners and Justice Act 2009(h);(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive--(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3,
"periodRationale": "n/a"
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-07-11T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2022-07-11T12:01:00+01:00"
},
"bidOpening": {
"date": "2022-07-11T12:01:00+01:00"
},
"hasRecurrence": true,
"reviewDetails": "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).",
"recurrence": {
"description": "2026"
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "V.2.3) Name and address of the contractorMillgate Ltd7 Vantage drive, Sheffield, S9 1RGSheffieldCountryUnited KingdomNUTS codeUKE - Yorkshire and the HumberThe contractor is an SMEYesfive.2.4) Information on value of contract/lot (excluding VAT)V.2.4) Information on value of contract/lot (excluding VAT)Initial estimated total value of the contract/lot: PS280,000Total value of the contract/lot: PS280,000"
},
"newValue": {
"text": "V.2.3) Name and address of the contractorMicro Computer Consultants Ltd t/a MCC Digital27-31 Earle Street, Earlestown, Newton-Le-Willows WA12 9LWNewton-Le-WillowsCountryUnited KingdomNUTS codeUKD - North West (England)The contractor is an SMEYesfive.2.4) Information on value of contract/lot (excluding VAT)V.2.4) Information on value of contract/lot (excluding VAT)Initial estimated total value of the contract/lot: PS280,000Total value of the contract/lot: PS280,000"
},
"where": {
"section": "Section V",
"label": "Section V. Award of Contract. This Framework has been awarded to MCC Digital, Millgate and Thomas Stoner Supplies. On the original award notice, MCC Digital was omitted and Millgate appeared twice. This change notice corrects this."
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-50815",
"name": "Halton Housing",
"identifier": {
"legalName": "Halton Housing"
},
"address": {
"streetAddress": "Waterfront Point, Warrington Road",
"locality": "Widnes",
"region": "UKD",
"postalCode": "WA8 0TD",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Tashi Jackson",
"email": "tenders@cirruspurchasing.co.uk",
"url": "https://in-tendhost.co.uk/cirruspurchasing/aspx/Home"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.haltonhousing.co.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "06",
"description": "Housing and community amenities"
}
]
}
},
{
"id": "GB-FTS-92",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-63046",
"name": "Millgate Ltd",
"identifier": {
"legalName": "Millgate Ltd"
},
"address": {
"streetAddress": "7 Vantage drive, Sheffield, S9 1RG",
"locality": "Sheffield",
"region": "UKE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-63047",
"name": "Thomas Stoner Supplies",
"identifier": {
"legalName": "Thomas Stoner Supplies"
},
"address": {
"streetAddress": "50-54 Oswald Road, Scunthorpe, North Lincolnshire DN15 7PQ",
"locality": "Scunthorpe",
"region": "UKE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-537",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079476000"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-50815",
"name": "Halton Housing"
},
"language": "en",
"awards": [
{
"id": "024955-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-63046",
"name": "Millgate Ltd"
}
]
},
{
"id": "024955-2022-2",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-63046",
"name": "Millgate Ltd"
}
]
},
{
"id": "024955-2022-3",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-63047",
"name": "Thomas Stoner Supplies"
}
]
}
],
"contracts": [
{
"id": "024955-2022-1",
"awardID": "024955-2022-1",
"status": "active",
"value": {
"amount": 280000,
"currency": "GBP"
},
"dateSigned": "2022-09-06T00:00:00+01:00"
},
{
"id": "024955-2022-2",
"awardID": "024955-2022-2",
"status": "active",
"value": {
"amount": 280000,
"currency": "GBP"
},
"dateSigned": "2022-09-06T00:00:00+01:00"
},
{
"id": "024955-2022-3",
"awardID": "024955-2022-3",
"status": "active",
"value": {
"amount": 280000,
"currency": "GBP"
},
"dateSigned": "2022-09-06T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 12
},
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 12
},
{
"id": "11",
"measure": "bids",
"relatedLot": "1",
"value": 12
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 9
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 9
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "1",
"value": 9
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 12
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 12
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "1",
"value": 12
}
]
}
}