Construction Industry Training Board is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Supply of Standard IT Equipment and End User Devices |
Notice type: | Contract Notice |
Authority: | Construction Industry Training Board |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | Supply of Standard IT equipment, DSE equipment and end user devices to meet specifications supplied by CITB |
Published: | 17/10/2017 15:19 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Construction Industry Training Board
Bircham Newton, King's Lynn, PE31 6RH, United Kingdom
Email: rachel.rourke@citb.co.uk
Contact: Rachel Rourke
Main Address: www.citb.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Computer-equipment-and-supplies./2GYXEA9578
Additional information can be obtained from: address as in Annex A.I:
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Computer-equipment-and-supplies./2GYXEA9578 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply of Standard IT Equipment and End User Devices
Reference Number: B17/08/1706
II.1.2) Main CPV Code:
30200000 - Computer equipment and supplies.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Supply of Standard IT equipment, DSE equipment and end user devices to meet specifications supplied by CITB
II.1.5) Estimated total value:
Value excluding VAT: 2,100,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Supply of Standard IT equipment, DSE equipment and end user devices.
Standard equipment: items such as keyboards, monitors, docking stations, printers, laptop cases, satellite navigation systems, display screen equipment and other general IT peripherals.
DSE Equipment includes items such as ergonomic keyboards and specialist mice.
End user devices: items such as Laptops, iPads, all in one PC, PC base unit.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,091,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Initial term of 12 months with 2 options of 12 months to extend
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: Yes
Additional information about electronic auction:
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/11/2017 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 05/12/2017
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Upon completion of any extention periods
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Computer-equipment-and-supplies./2GYXEA9578
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2GYXEA9578
VI.4) Procedures for review
VI.4.1) Review body:
TBA
TBA, TBA, United Kingdom
VI.4.2) Body responsible for mediation procedures:
TBA
TBA, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
TBA
TBA, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 17/10/2017
Annex A
I) Addresses and contact points from which further information can be obtained:
Construction Industry Training Board
Bircham Newton, King's Lynn, PE31 6RH, United Kingdom
Email: rachel.rourke@citb.co.uk
Contact: Rachel Rourke
Main Address: www.citb.co.uk
NUTS Code: UK
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Construction Industry Training Board
Bircham Newton, King's Lynn, PE31 6RH, United Kingdom
Email: charlotte.winslade@citb.co.uk
Contact: Charlotte Winslade
Main Address: www.citb.co.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Other activity: Construction Training
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Supply of Standard IT Equipment and End User Devices
Reference number: B17/08/1706
II.1.2) Main CPV code:
30200000 - Computer equipment and supplies.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Supply of Standard IT equipment, DSE equipment and end user devices to meet specifications supplied by CITB
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,100,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Supply of Standard IT equipment, DSE equipment and end user devices.
Standard equipment: items such as keyboards, monitors, docking stations, printers, laptop cases, satellite navigation systems, display screen equipment and other general IT peripherals.
DSE Equipment includes items such as ergonomic keyboards and specialist mice.
End user devices: items such as Laptops, iPads, all in one PC, PC base unit.
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 10
Cost criterion - Name: Criterion 1 / Weighting: 10
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: Yes
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: B17/08/1706
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 26/01/2018
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
XMA limited
Unit 44, Wilford Industrial Estate, Ruddington lane, Nottingham, NG11 7EP, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,100,000
Total value of the contract/lot: 2,100,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=305802666
VI.4) Procedures for review
VI.4.1) Review body
TBA
TBA, TBA, United Kingdom
VI.4.2) Body responsible for mediation procedures
TBA
TBA, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
TBA
TBA, United Kingdom
VI.5) Date of dispatch of this notice: 06/03/2018