The following OJEU notice is provided by the OJEU Reporter Ltd TITLE: UK-Cambridge: personal computers PUBLISHED ON: 02/02/2012 DOCUMENT NUMBER: 35609-2012 JOURNAL NUMBER: 22 SPECIFICATION DUE: 20/02/2012 DEADLINE: 21/02/2012 TYPE OF DOCUMENT: 3 - Invitation to tender TYPE OF CONTRACT: 2 - Supply contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Communities AWARDING AUTHORITY: 8 - Other TYPE OF BID: 1 - Global tender CRITERIA: 2 - The most economic tender CPV CODE(S): 30213000 Personal computers AGENCY: THE CHANCELLOR, MASTERS AND SCHOLARS OF THE UNIVERSITY OF CAMBRIDGE COUNTRY: GB. LANGUAGE: EN Contract notice Supplies Directive 2004/18/EC Section I: Contracting authority I.1) Name, addresses and contact point(s) The Chancellor, Masters and Scholars of the University of Cambridge Finance Division, Procurement Services, First Floor South Greenwich House, Madingley Rise, Madingley Road Contact point(s): Procurement Services For the attention of: Jacqueline Powell CB3 0TX Cambridge UNITED KINGDOM Telephone: +44 1223760518 E-mail: procurement.services@admin.cam.ac.uk Fax: +44 1223765988 Internet address(es): General address of the contracting authority: https//:in-tendhost.co.uk/universityofcambridge Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s) Tenders or requests to participate must be sent to: The above mentioned contact point(s) I.2) Type of the contracting authority Other: Higher Education I.3) Main activity Education I.4) Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities: no Section II: Object of the contract II.1) Description II.1.1) Title attributed to the contract by the contracting authority: UCAM 057/11/JP - Provision of IT Desktops. II.1.2) Type of contract and location of works, place of delivery or of performance Supplies Purchase NUTS code UKH1 II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS) The notice involves a public contract II.1.5) Short description of the contract or purchase(s) The University of Cambridge, Colleges and Associated Institutions are expecting to procure a large quantity of Personal Computers to be used in a number of classrooms and public areas and office environments. The Personal Computers will be procured by various University Departments, Colleges and Associated Institutions throughout the course of the agreement and will not necessarily be procured at regular intervals. II.1.6) Common procurement vocabulary (CPV) 30213000 II.1.7) Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): no II.1.8) Lots This contract is divided into lots: no II.1.9) Information about variants Variants will be accepted: no II.2) Quantity or scope of the contract II.2.1) Total quantity or scope: The University is looking to let an agreement for an initial period between 12 to 15 months, with the option to extend this agreement by 3 x12 month periods depending on supplier performance & subsequent machines being able to continue to meet University requirements. The chosen vendor will be expected to deliver an online purchasing portal where the Personal Computers can be configured from a range of components. They will also be expected to work with the University's i-Procurement provider Science Warehouse to streamline purchasing and to make the process of procuring Personal Computers as easy and user friendly as possible. Both requirements will be expected to be complete within the initial three weeks of contract award. Mock ups and screenshots of the online configuration tool should be provided as part of the suppliers bid response. II.2.2) Information about options Options: no II.3) Duration of the contract or time limit for completion Duration in months: 12 (from the award of the contract) Section III: Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) Deposits and guarantees required: The University of Cambridge reserve the right to request a parent company guarantee and/or suitable performance bond or bank guarantee to secure advance payment/ warranty or maintenance as felt appropriate. III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Included in the Invitation To Tender (ITT). III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Included in the ITT plus evidence of relevant insurance. III.1.4) Other particular conditions The performance of the contract is subject to particular conditions: no III.2) Conditions for participation III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if the requirements are met: Tenderers shall be able to provide the last three years financial accounts and the names of three reference sites that have been using comparable systems supplied by the tenderer for comparable purposes for at least the last six months and are willing to discuss their experiences. Other criteria as identified in the ITT documents. III.2.2) Economic and financial ability Information and formalities necessary for evaluating if the requirements are met: Means of proof required as detailed in the ITT documents. III.2.3) Technical capacity Information and formalities necessary for evaluating if the requirements are met: Means of proof required as detailed in the ITT documents. III.3) Conditions specific to services contracts III.3.1) Information about a particular profession Execution of the service is reserved to a particular profession: no III.3.2) Staff responsible for the execution of the service Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no Section IV: Procedure IV.1) Type of procedure IV.1.1) Type of procedure Open IV.1.3) Reduction of the number of operators during the negotiation or dialogue Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no IV.2) Award criteria IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated below 1. Product compliance to the specification. Weighting 20 2. Technical suitability. Weighting 20 3. Quality and range of equipment. Weighting 20 4. Environmental issues. Weighting 20 5. Price. Weighting 10 6. Servicing and maintenance. Weighting 5 7. Commercial evaluation and account management (inc purchasing mechanism). Weighting 5 IV.2.2) Information about electronic auction An electronic auction will be used: no IV.3) Administrative information IV.3.1) File reference number attributed by the contracting authority: UCAM 057/11/JP IV.3.2) Previous publication(s) concerning the same contract Prior information notice Notice number in the OJEU: 2011/S 239-387260 of 13.12.2011 IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document Time limit for receipt of requests for documents or for accessing documents: 20.2.2012 Payable documents: no IV.3.4) Time limit for receipt of tenders or requests to participate 21.2.2012 IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates 30.1.2012 IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. IV.3.7) Minimum time frame during which the tenderer must maintain the tender Duration in months: 6 (from the date stated for receipt of tender) IV.3.8) Conditions for opening tenders Persons authorised to be present at the opening of tenders: no Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: yes Estimated timing for further notices to be published: 12 Months VI.2) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no VI.3) Additional information The Tender process is being conducted by electronically via In-Tend. Suppliers interested in this tender are required to pre-register on this website: https//:in-tendhost.co.uk/universityofcambridge in order to receive documentation. After registering the Tender documents can then be downloaded. All Tender responses and any supporting documentation must be submitted through this system. There must be no postal correspondence from bidders unless agreed by the University Procurement Services. Tenders shall not be sent and will not be accepted by fax or e-mail. The University of Cambridge is not a public body within the meaning of the Public Contracts Regulations 2006 (Directive 2004/18) and is not subject to procurement legislation. Where the University advertises contracts in the Official Journal of the European Union, it does so on a voluntary basis and does not undertake any obligation to comply with the procurement legislation. The University reserves its rights in full to adapt or step outside the procedures in the procurement legislation as the University considers necessary. VI.5) Date of dispatch of this notice: 31.1.2012 ORIGINAL LANGUAGE: TED (C) European Communities 2012 OJEU Finder. Contact reception@ojeu.com The following OJEU notice is provided by the OJEU Reporter Ltd TITLE: UK-Blantyre: industrial and technical training services PUBLISHED ON: 04/02/2012 DOCUMENT NUMBER: 38823-2012 JOURNAL NUMBER: 24 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 7 - Contract awards TYPE OF CONTRACT: 4 - Service contract PROCEDURE: 4 - Negotiated procedure REGULATION: 5 - European Communities with participation by GPA countries AWARDING AUTHORITY: 4 - Water, energy, transport and telecommunications sectors TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 80531000, 80533000 Industrial and technical training services, Computer-user familiarisation and training services AGENCY: SCOTTISH WATER COUNTRY: GB. LANGUAGE: EN Contract award notice – utilities Directive 2004/17/EC Section I: Contracting entity I.1) Name, addresses and contact point(s) Scottish Water 5 Whistleberry Road, Lanarkshire Contact point(s): Procurement Specialist For the attention of: Stephen Flynn G72 0TA Blantyre UNITED KINGDOM Telephone: +44 1698722406 E-mail: ProcurementHelpline@scottishwater.co.uk Fax: +44 169822416 Internet address(es): General address of the contracting entity: www.scottishwater.co.uk Address of the buyer profile: ProcurementHelpline@scottishwater.co.uk I.2) Main activity Water Section II: Object of the contract II.1) Description II.1.1) Title attributed to the contract The provision of health and safety, technical and IT training. II.1.2) Type of contract and location of works, place of delivery or of performance Services Service category No 24: Education and vocational education services Main site or location of works, place of delivery or of performance: Scottish Water operational area including mainland and islands, including urban and rural locations. NUTS code UKM II.1.3) Information about a framework agreement or a dynamic purchasing system (DPS) The notice involves the establishment of a framework agreement II.1.4) Short description of the contract or purchase(s): Scottish Water requires a suitable supplier(s) to provide a cost effective solution that meets all Scottish Water service requirements in relation to the provision of health & safety, technical and IT training. Key to the success of Scottish Water is the effective training of staff to achieve maximum performance. Scottish Water is seeking delivery of a range of training courses including but not limited to: 1. Confined spaces entry with escape BA; 2: Reassessment of entry into confined spaces with appropriate BA; 3: Chlorine awareness for operators; 4: Confined Space with working sets and airlines; 5: Confined Space Awareness; 6: BA reassessment - chlorine drum and cylinder changing; 7: Manual handling; 8: Avoiding dangerous animals in rural locations; 9: Fire safety for fire wardens; 10: Abrasive Wheels; 11: COSHH awareness module 1 & 2; 12: First aid at work - approved & refresher course; 13: Basic first aid at work; 14: Risk assessment for operators; 15: Risk assessment (for personnel required to Write Risk assessments); 16: Non specialist hazardous area awareness (DSEAR); 17: Computers for beginners; 18: Excel XP 2002 level 1, 2 & 3; 19: Introduction to Microsoft project; 20: PowerPoint XP 2002 introductory & intermediate; 21: Reporting with business objects; 22: Access XP2002 intorductory, intermediate and level 3; 23: Advanced reporting with business objects; 24: Primavera P6 web overview, P6 overview and reporting; 25: Control of wastewater treatment process; 26: Introduction to water industry operations part 1 water, part 2 waste water; 27: Managing water treatment process for team leaders; 28: Managing waste water treatment process for team leader; 29: Excavation and reinstatement for operatives; 30: NRSWA 1991 - location and avoidance of underground apparatus and signing, lighting and guarding - units 1 & 2; 31: Mainlaying; 32: Servicelaying; 33: High pressure water jetting, safety awareness, single man; 34: Lifting equipment awareness for operators; 35: Water bylaws and refresher; 36: DOMS - for multifunctional operations & water networks personnel - modules 1-12; 37: DOMS - for leakage control & tankering operations - modules 1,3,6. This will be divided into lots to include H&S, IT, technical. II.1.5) Common procurement vocabulary (CPV) 80531000, 80533000 II.1.6) Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): yes II.2) Total final value of contract(s) II.2.1) Total final value of contract(s) Value: 1 700 000 GBP Excluding VAT Section IV: Procedure IV.1) Type of procedure IV.1.1) Type of procedure Negotiated with a call for competition IV.2) Award criteria IV.2.1) Award criteria The most economically advantageous tender IV.2.2) Information about electronic auction An electronic auction will be used: no IV.3) Administrative information IV.3.1) File reference number attributed by the contracting entity: SW11/HRT/785 IV.3.2) Previous publication(s) concerning the same contract no Section V: Award of contract V.1) Award and contract value Contract No: SW11/HRT/785 Lot title: Technical training. V.1.1) Date of contract award decision: 10.1.2012 V.1.2) Information about offers Number of offers received: 4 V.1.3) Name and address of economic operator in favour of whom the contract award decision has been taken Develop Training Ltd. Derby Training Centre, Ascot Drive DE24 8GW Derby UNITED KINGDOM V.1.4) Information on value of contract Initial estimated total value of the contract Value: 536 000 GBP Excluding VAT V.1.5) Information about subcontracting The contract is likely to be sub-contracted: no V.1) Award and contract value Contract No: SW11/HRT/785 Lot title: Technical training (2). V.1.1) Date of contract award decision: 10.1.2012 V.1.2) Information about offers Number of offers received: 6 V.1.3) Name and address of economic operator in favour of whom the contract award decision has been taken Develop Training Ltd. Derby Training Centre, Ascot Drive DE24 8GW Derby UNITED KINGDOM V.1.4) Information on value of contract Initial estimated total value of the contract Value: 506 000 GBP Excluding VAT V.1.5) Information about subcontracting The contract is likely to be sub-contracted: no V.1) Award and contract value Contract No: SW11/HRT/785 Lot title: H&S training. V.1.1) Date of contract award decision: 10.1.2012 V.1.2) Information about offers Number of offers received: 7 V.1.3) Name and address of economic operator in favour of whom the contract award decision has been taken Develop Training Ltd. Derby Training Centre, Ascot Drive DE24 8GW Derby UNITED KINGDOM V.1.4) Information on value of contract Initial estimated total value of the contract Value: 185 000 GBP Excluding VAT V.1.5) Information about subcontracting The contract is likely to be sub-contracted: no V.1) Award and contract value Contract No: SW11/HRT/785 Lot title: H&S training. V.1.1) Date of contract award decision: 10.1.2012 V.1.2) Information about offers Number of offers received: 7 V.1.3) Name and address of economic operator in favour of whom the contract award decision has been taken Mines Rescue Service Ltd. Leeming Lane South, Mansfield Woodhouse NG19 9AQ Nottingham UNITED KINGDOM V.1.4) Information on value of contract Initial estimated total value of the contract Value: 185 000 GBP Excluding VAT V.1.5) Information about subcontracting The contract is likely to be sub-contracted: no V.1) Award and contract value Contract No: SW11/HRT/785 Lot title: H&S training (2). V.1.1) Date of contract award decision: 10.1.2012 V.1.2) Information about offers Number of offers received: 9 V.1.3) Name and address of economic operator in favour of whom the contract award decision has been taken Develop Training Ltd. Derby Training Centre, Ascot Drive DE24 8GW Derby UNITED KINGDOM V.1.4) Information on value of contract Initial estimated total value of the contract Value: 305 000 GBP Excluding VAT V.1.5) Information about subcontracting The contract is likely to be sub-contracted: no V.1) Award and contract value Contract No: SW11/HRT/785 Lot title: H&S training (2). V.1.1) Date of contract award decision: 10.1.2012 V.1.2) Information about offers Number of offers received: 9 V.1.3) Name and address of economic operator in favour of whom the contract award decision has been taken Mines Rescue Service Ltd. Leeming Lane South, Mansfield Woodhouse NG19 9AQ Nottingham UNITED KINGDOM V.1.4) Information on value of contract Initial estimated total value of the contract Value: 305 000 GBP Excluding VAT V.1.5) Information about subcontracting The contract is likely to be sub-contracted: no V.1) Award and contract value Contract No: SW11/HRT/785 Lot title: IT training. V.1.1) Date of contract award decision: 10.1.2012 V.1.2) Information about offers Number of offers received: 6 V.1.3) Name and address of economic operator in favour of whom the contract award decision has been taken Elite Training and Consultancy (Scotland) Ltd. 1st Floor, 144 West Regent Street G2 2RQ Glasgow UNITED KINGDOM V.1.4) Information on value of contract Initial estimated total value of the contract Value: 78 000 GBP Excluding VAT V.1.5) Information about subcontracting The contract is likely to be sub-contracted: no V.1) Award and contract value Contract No: SW11/HRT/785 Lot title: IT training (2). V.1.1) Date of contract award decision: 10.1.2012 V.1.2) Information about offers Number of offers received: 6 V.1.3) Name and address of economic operator in favour of whom the contract award decision has been taken Elite Training and Consultancy (Scotland) Ltd. 1st Floor, 144 West Regent Street G2 2RQ Glasgow UNITED KINGDOM V.1.4) Information on value of contract Initial estimated total value of the contract Value: 75 500 GBP Excluding VAT V.1.5) Information about subcontracting The contract is likely to be sub-contracted: no Section VI: Complementary information VI.1) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no VI.2) Additional information: This contract notice does not preclude Scottish Water from issuing other contract notices for specific requirements from time to time. The contents of this Notice are sufficient for submissions of pre-qualification data; all other communications are discouraged. Responses to the OJEU Notice will be evaluated based on Section III.2 and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination. VI.3) Procedures for appeal VI.3.1) Body responsible for appeal procedures See Section VI.4.2 below VI.4) Date of dispatch of this notice: 3.2.2012 ORIGINAL LANGUAGE: TED (C) European Communities 2012 OJEU Finder. Contact reception@ojeu.com The following OJEU notice is provided by the OJEU Reporter Ltd TITLE: UK-Taunton: various office equipment and supplies PUBLISHED ON: 04/02/2012 DOCUMENT NUMBER: 39098-2012 JOURNAL NUMBER: 24 SPECIFICATION DUE: DEADLINE: 23/03/2012 TYPE OF DOCUMENT: 3 - Invitation to tender TYPE OF CONTRACT: 2 - Supply contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Communities AWARDING AUTHORITY: 1 - Centeral Government TYPE OF BID: Z - CRITERIA: 2 - The most economic tender CPV CODE(S): 30190000, 30199500 Various office equipment and supplies, Box files, letter trays, storage boxes and similar articles AGENCY: UKHO COUNTRY: GB. LANGUAGE: EN Contract notice Supplies Directive 2004/18/EC Section I: Contracting authority I.1) Name, addresses and contact point(s) UKHO Procurement, UK Hydrographic Office, Admiralty Way Contact point(s): Mr Brian Stenson For the attention of: Mr Brian Stenson TA1 2DN Taunton UNITED KINGDOM Telephone: +44 1823320627 E-mail: brian.stenson@ukho.gov.uk Fax: +44 1823326885 I.2) Type of the contracting authority Ministry or any other national or federal authority, including their regional or local sub-divisions I.3) Main activity Defence I.4) Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities: no Section II: Object of the contract II.1) Description II.1.1) Title attributed to the contract by the contracting authority: HA294/004/680 - supply and delivery of packaging materials. II.1.2) Type of contract and location of works, place of delivery or of performance Supplies Purchase Main site or location of works, place of delivery or of performance: United Kingdom Hydrographic Office. Admiralty Way. Taunton. Somerset. United Kingdom. TA1 2DN. NUTS code UKK23 II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS) The notice involves a public contract II.1.5) Short description of the contract or purchase(s) The UKHO is looking for a supplier to supply, deliver and store packing materials. The range of packaging materials currently comprises 12 carton types of varying sizes and styles, into which are packed the full range of admiralty products, including paper charts and publications, CD ROMs, merchandise and raw materials. Products shall be suitably constructed to carry a maximum weight when filled of up to 30Kgs depending on carton type and able to withstand multiple handling en route to destinations worldwide. Please see the ITT documentation for the full requirement. II.1.6) Common procurement vocabulary (CPV) 30190000, 30199500 II.2) Quantity or scope of the contract II.2.1) Total quantity or scope: The UKHO is looking for a supplier to supply, deliver and store packing materials. The range of packaging materials currently comprises 12 carton types of varying sizes and styles, into which are packed the full range of admiralty products, including paper charts and publications, CD ROMs, merchandise and raw materials. Products shall be suitably constructed to carry a maximum weight when filled of up to 30Kgs depending on carton type and able to withstand multiple handling en route to destinations worldwide. Please see the ITT documentation for the full requirement. Estimated value excluding VAT: Range: between 200 000 and 250 000 GBP II.2.2) Information about options Options: no II.3) Duration of the contract or time limit for completion Starting 1.5.2012. Completion 30.4.2015 Section III: Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Please see ITT documents. III.2) Conditions for participation III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who: (a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations; (b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations; (c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct; (d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate; (e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information; (h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA; (i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; (j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities; (k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering. Please see ITT documents. III.2.2) Economic and financial ability Information and formalities necessary for evaluating if the requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance; (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established; (c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available. Please see ITT documents. Minimum level(s) of standards possibly required: Please see ITT documents. III.2.3) Technical capacity Information and formalities necessary for evaluating if the requirements are met: (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct; (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator; (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work; (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities; (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate; (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work; (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years; (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts; (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract; (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards. Please see ITT documents. Minimum level(s) of standards possibly required: Please see ITT documents. Section IV: Procedure IV.1) Type of procedure IV.1.1) Type of procedure Open IV.2) Award criteria IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document IV.2.2) Information about electronic auction An electronic auction will be used: yes Additional information about electronic auction: Inistry of Defence. Invitation to tender. Special notices and instructions to tenderers. For the supply of packing material and boxes. 1. Introduction. 1.1 These Notices and Instructions provide guidance to invited Tenderers. 1.2 These notices and instructions relate to the attached invitation to tender (ITT) reference no HA294/004/680 for the supply of packing material and boxes. Their purpose is to provide guidance and explain certain aspects of the Authority’s requirement so that the Tenderer is fully conversant with the main elements and can respond with a compliant tender. 1.3 The reverse auction process is intended to allow each tenderer the opportunity to reduce their offered price through to the point where none wish to offer a lower price for the supply of packing material and boxes. 2. Reverse auction. 2.1 Purpose. 2.1.1 The Authority intends to conduct a reverse auction for the supply of packing material and boxes as described in the invitation to tender (ITT) and schedule of requirements (SoR). This requirement consists of one individual Lot. Note: Prior to receiving notification of their eligibility to participate in the reverse auction, and receiving training to enable such participation from the Authority’s Auction Service provider, tenderers should be aware that: 1. Following receipt of ITT responses and their evaluation by the Authority, it may become necessary for the packing material and boxes requirement to be divided up into more Lots or fewer Lots than the single Lot intended at present. If a decision is taken to either increase or reduce the number of lots in the reverse auction, the Authority shall advise all compliant Tenderers of any revisions made. Tenderers shall then be given the opportunity to confirm that the unit price(s) and associated overall price submitted within their ITT response remain unchanged, or to offer revised price(s) accordingly. 2. Where a requirement involves more than one lot from the outset it may become necessary for the Authority, following its receipt and evaluation of ITT responses, to amend the content of individual lots by transferring supply line items between any of the lots involved in the competition. If a decision is taken to amend the content of the Lots included in the Reverse Auction, the Authority will advise all compliant Tenderers of any revisions made. Tenderers shall then be given the opportunity to confirm that the unit price(s) and associated overall price submitted within their ITT response remain unchanged, or to offer revised price(s) accordingly. 3. It may become necessary for the Authority to remove supply line items from the Reverse Auction if, on receipt and evaluation of ITT responses, it is found there are items that Tenderers are unable to tender for. If a decision is taken to remove supply line items from the Reverse Auction, the Authority will advise all compliant Tenderers of any revisions made. Tenderers shall then be given the opportunity to confirm that the remaining unit price(s) and associated overall price submitted within their ITT response remain unchanged, or to offer revised price(s) accordingly. 2.1.2 Per lot: it is intended that the only circumstance in which a reverse auction shall not take place is if fewer than 2 compliant Tenders are received in response to the attached ITT. The reverse auction is a process conducted using computers connected via the Internet in which those Tenderers submitting a compliant response to the ITT are invited in electronic competition to offer a lower firm price than the starting price posted by the Auction Service Provider, acting under instruction from the Authority. Acceptance by the Authority of an electronic offer shall be subject to the terms and conditions of the ITT. 2.1.3 It is expected that the Ministry of Defence shall benefit from improved competition by the use of a reverse auction and that Tenderers shall benefit from improved knowledge about market pricing. 2.2 Process. 2.2.1 Tenders received in response to the attached ITT shall be assessed for compliance with the requirements of the ITT. Any tenderer whose submitted response (including acceptable product samples where requested) is not fully compliant with the requirements of the ITT shall be ineligible to participate in the reverse auction and ineligible for any contract award. 2.2.2 Whilst innovative proposals are encouraged in response to the attached ITT, Tenderers must ensure that they submit such proposals in addition to a response which is priced in full compliance with the requirements of the ITT. Should an innovative proposal be received that the Authority wishes to consider, then it reserves the right to offer any other participating Tenderers the opportunity to also submit a revised ITT response priced on the basis of the innovative proposal which has been put forward. 2.2.3 The Authority shall notify the date and scheduled start / finish time of the Reverse Auction to compliant Tenderers sufficiently well in advance for them to receive training to participate in the auction. The reverse auction shall be conducted by Intenda (contact Mr Jurgen Stringer, telephone: +44 8454683632, or fax: +44 8450740777) on behalf of the Authority. 2.2.4 Please note that to participate in the reverse auction, tenderers must have access to the internet and one of the following browsers: — Internet explorer 7 and above, — Mozilla firefox, — Google chrome, — Apple safari. Training to enable Tenderers to log on to the Intenda’s Website and to participate in the Reverse Auction shall be provided by Intenda shortly (probably 2 to 3 working days) before the event is scheduled to take place. To maintain website security Tenderers shall be issued with a username and password by Intenda that allows the viewing of information on the relevant Web pages, and submission of price bids after the Reverse Auction starts but before its end point. Intenda shall conduct the Reverse Auction on its standard terms and conditions of business, which can be viewed on its Website. After logging on, Intenda’s Website requires tenderers to positively indicate on a screen acceptance of its standard terms and conditions of business, before gaining viewing access and / or participating in the reverse auction bidding process. 2.2.5 Per lot: intenda acting under instruction from the Authority shall use the lowest overall price submitted by a compliant tenderer, as the starting price in the reverse auction. The identity of the company whose price formed the starting price shall not be disclosed. Any price offer made during the course of the reverse auction which, at the time the bid is made, becomes the lowest price received shall be disclosed to other tenderers. 2.2.6 Per lot: compliant tenderers shall have the opportunity to view the starting prices on Intenda’s Website one working day (from 10:00 hours onwards) prior to the date on which the reverse auction is scheduled to take place, but shall not be able to make any revised bid until the start of the reverse auction. Each tenderer shall also be able to see their own price(s), their own overall price and, in comparison to the other compliant tenderer(s), their individual ranking for the lot. Tenderers are strongly encouraged to review their own price(s) and own overall price shown on Intenda’s Website, in order to confirm to their satisfaction that these details accurately reflect the price(s) submitted in their ITT response. Should an individual Tenderer identify pricing inaccuracy, they must immediately report this inaccuracy to Intenda for them to investigate in consultation, if necessary, with the Authority. 2.2.7 Per lot: during the reverse auction, where the tenderer has submitted a compliant ITT response, they may bid a lower price offer electronically in competition with other Tenderers in “real time”. Each tenderer shall be able to see their individual ranking, in comparison to the other compliant tenderer(s), throughout the auction. No maximum bid decrement (i.e. reduction in line item price) shall be applied in the reverse auction. No minimum bid decrement (i.e. reduction in line item price) shall be applied in the reverse auction. 2.2.8 Per lot: in addition to a compliant Tenderers own price(s) and individual ranking, Intenda Website shall display the lowest overall price offered (by an individual tenderer) for the lot, and also the lowest price bid for each of those line items (which may either consist of a single item or a combined group of items) forming the lot (irrespective of which tenderer has bid it). For tenderers, it is very important to note that although the “lowest overall price” might be higher than the sum total of the individual line item prices shown on the screen, this “lowest overall price” is the figure from which any contract award may result. In addition, for checking purposes, each tenderer shall be able to see the current value of their own overall price, which they have bid for the lot. Any change in the lowest price bid for a line item and, where affected, the “lowest overall price” or a Tenderers individual ranking shall be reflected on Intenda Website shortly after it has been submitted. 2.2.9 Intenda's Website shall also indicate the time remaining to the end of the auction, after which no more bid may be placed. Any bids submitted in the final two minutes of the auction shall automatically extend the auction as necessary to ensure that there is always at least two minutes remaining to allow tenderers to review their position and enter a lower bid if they so wish. 2.2.10 In case of difficulty or technical breakdown during the reverse auction, tenderers should advise Intenda immediately by telephone. Tenderers shall then be able to submit price offers by telephone that may be asked to be confirmed in writing (preferably by fax), and which Intenda shall enter during the auction process. Following notification from a tenderer of difficulty or technical breakdown encountered during the reverse auction Intenda may, in their sole discretion, either manually extend the duration of the reverse auction, or suspend and not re-open the reverse auction, until the difficulty or technical breakdown has been satisfactorily resolved. In the event that Intenda have to either manually extend or suspend the Reverse Auction, a notice shall be posted on the auction page of the Website to advise Tenderers accordingly and shall inform Tenderers once the difficulty or technical breakdown has been satisfactorily resolved. 2.2.11 In case of unforeseen difficulty arising during the reverse auction, which need not necessarily be notified by a tenderer, Intenda may, in their sole discretion, either manually extend the duration of the reverse auction, or suspend and not re-open the reverse auction, until the difficulty has been satisfactorily resolved. In the event that Intenda have to either manually extend or suspend the reverse auction, a notice shall be posted on the auction page of their website to advise Tenderers accordingly and shall inform them once the difficulty has been satisfactorily resolved. 2.2.12 Immediately following closure of the reverse auction, there shall be a ten minute period during which tenderers may contact Intenda by telephone if they have experienced an exceptional technical problem during the closing stages of the auction. If Intenda in their sole discretion are satisfied that there are justifiable grounds for re-opening the reverse auction they shall post a notice on the auction page of their website and telephone tenderers to this effect within thirty minutes of the closure of the auction, and re-open the reverse auction from the time of the posting of that notice for a period of ten minutes to allow Tenderers to review their position and enter a lower bid if they so wish. Any bids received in the final 2 minutes of the re-opened auction shall automatically extend the auction, as if the auction had continued without interruption, as necessary to ensure that there is always at least two minutes remaining to allow Tenderers to review their position and enter a lower bid if they so wish. Immediately after the ten-minute period, during which Tenderers may contact Intenda by telephone if they have experienced an exceptional technical problem during the closing stages of the auction, has ended, and no such problem has been reported, then a notice formally confirming that the reverse auction remains closed shall be posted by Intenda on the auction page of their Website. Tenderers may alternatively obtain confirmation that the Reverse Auction remains closed by telephoning Intenda. 2.2.13 Per lot: tenderers are under no obligation to participate in the reverse auction or to reduce the price offered in their ITT response. It is the Authority’s intention, however, that if any contract results from the attached ITT, it would be by accepting the lowest price offered for all of the requirement forming the Lot during the Contract period stated in the ITT, inclusive of option periods. (Per lot: this being the lowest overall price calculated for each compliant tenderer using their lowest bid in the reverse auction for each line item or, where no valid bid is received for a line item in the reverse auction, the price offered in their ITT response). 2.2.14 Per lot: any new valid overall total price offered by a tenderer shall automatically be ranked in the auction. A new valid overall total price shall only receive a ranking higher than that of an existing overall total price bid by a tenderer if it is better than that existing bid. A new valid overall total price offered by a Tenderer that equals an existing overall total price shall be ranked behind that existing bid. 2.2.15 Per lot: each compliant tenderer may be provided with a spreadsheet by Intenda, prior to the date on which the reverse auction event is scheduled to take place. This spreadsheet would show all the unit price(s), and the overall price, submitted by the Tenderer in their ITT response. Following closure of the reverse auction, all tenderers would be required to amend their copy of this spreadsheet to insert, where applicable, revised unit price details against each individual line item and / or time-period of the requirement forming the lot. No unit price(s) inserted on to the spreadsheet would exceed the unit price(s) initially offered by the tenderer in their ITT response. The total value of the completed spreadsheet would be required to match the lowest price offered by the tenderer for each individual element of the requirement forming the lot either in their ITT response or during the reverse auction. Each tenderer would be required to return the completed spreadsheet to Intenda within two working days of the reverse auction event having taken place. 2.2.16 Per lot: any contract resulting from the attached ITT shall be awarded by written acceptance from a Commercial Officer, acting for the Authority, within twenty working days of completion of the reverse auction. Tenderers must note that bids made during the reverse auction are provided on the understanding that the price offer shall remain open for acceptance by the Authority within this period of time. 2.2.17 Where a requirement is being offered as several lots, this may result in several contracts being awarded. In the event that the lowest price is offered for more than one lot from a compliant tenderer, then the Authority may award one single contract incorporating all relevant lots to that tenderer. Tenderers may only be awarded a contract for those lots where they have previously submitted a response that is fully compliant with the requirements of the ITT. 2.2.18 Per lot: if none of the prices offered in the ITT response and none of the subsequent bids in the reverse auction is lower than the Authority’s undisclosed “reserve price”, then the Authority reserves the right not to proceed with award of any contract from this invitation to tender. 2.2.19 The Authority reserves the right to amend or alter this process at any time up to and including the reverse auction itself, but has no advance intention to do so. If any amendment or alteration to the process is made, then the Authority will notify Tenderers accordingly. 2.2.20 A copy of the latest reverse auction code of conduct agreed between the Authority and Industry can be obtained by contacting the MoD Auctions Team on telephone: 03067983162. IV.3) Administrative information IV.3.1) File reference number attributed by the contracting authority: HA294/004/680 IV.3.2) Previous publication(s) concerning the same contract no IV.3.4) Time limit for receipt of tenders or requests to participate 23.3.2012 - 11:00 IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. IV.3.7) Minimum time frame during which the tenderer must maintain the tender in days: 90 (from the date stated for receipt of tender) IV.3.8) Conditions for opening tenders Date: 23.3.2012 - 12:00 Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: no VI.3) Additional information Tenderers will need to register free to the United Kingdom Hydrographic Office e-procurement system (ProContract), and express interest in the market research tender within the opportunities section. The link to ProContract is as below: https://ukhocontracts.ukho.gov.uk/procontract/ukho/supplier.nsf/frm_home?openForm VI.5) Date of dispatch of this notice: 2.2.2012 ORIGINAL LANGUAGE: TED (C) European Communities 2012 OJEU Finder. Contact reception@ojeu.com The following OJEU notice is provided by the OJEU Reporter Ltd TITLE: UK-Norwich: computer equipment and supplies PUBLISHED ON: 04/02/2012 DOCUMENT NUMBER: 39208-2012 Part 1 of 3 JOURNAL NUMBER: 24 SPECIFICATION DUE: DEADLINE: 19/03/2012 TYPE OF DOCUMENT: 3 - Invitation to tender TYPE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 5 - European Communities with participation by GPA countries AWARDING AUTHORITY: 1 - Centeral Government TYPE OF BID: 3 - Global or partial tender CRITERIA: 2 - The most economic tender CPV CODE(S): 30200000, 30213300, 30213100, 30213200, 30231300, 30231100, 48820000, 30233132, 32581000, 30232100, 31300000, 30236100, 30237280, 30236000, 31111000, 30213400, 72541000, 30237240, 30231200, 30237100, 30230000, 30237132, 30214000, 30237130, 72222300, 72540000, 30236113, 30236112, 30236111, 30236110, 30237440, 30237135, 48961000, 30237136, 30236115, 30237134, 30211400, 30236114, 30211300, 50300000, 30212100, 72541100, 50324000, 48962000, 31311000, 30236121, 30236122, 30236123, 30237410, 30213000, 30236120, 30212000, 72611000, 48960000, 31320000, 30211100, 30211500, 30237461, 30237460, 72500000, 30233300, 30215100, 30213500, 31440000, 30237270, 30215000, 30233320, 31422000, 30237120, 31400000, 30233310, 31158100, 31158000, 30237430, 30231320, 30231000, 30237260, 30231310, 30237210, 30237140, 32572000, 30233100, 30210000, 31154000, 30237000, 30233000, 30233140, 30233141, 30236200, 30237131, 72710000, 30211200, 30233131, 72700000, 30233130, 32580000, 48821000, 30233120, 30233160, 30233161, 48823000, 48822000, 30211000, 30233110, 32562000, 48824000, 31156000, 72720000, 48825000, 31155000, 30237110, 30237330, 30237350, 30237370, 30237340, 30237360, 30238000, 32581120, 32581110, 32581100, 32581130, 30232130, 50323200, 30232120, 30232150, 30232110, 30232000, 50323100, 31420000, 31310000, 31321700, 30237300, 30216130, 31321220, 30237380, 30237230, 31321300, 31344000, 31321210, 31321600, 30234100, 30237121, 30233150, 30234300, 31343000, 30233180, 30233153, 31341000, 30233151, 30233152, 30237320, 30234500, 31157000, 31321200, 32562200, 30237470, 32572100, 32572200, 32572300, 30237200, 31330000, 30237480, 30234700, 31224810, 31340000, 32562300, 31410000, 30237450, 30234000, 31421000, 30234600, 30237400, 30234200, 31411000, 30232700, 30234400, 30232600, 32562100, 31342000, 30233190, 50320000, 72228000, 30216120, 72140000, 72225000, 50324200, 72222000, 72222200, 72130000, 72223000, 50321000, 30233170, 30216200, 72110000, 30216000, 80533000, 72100000, 72224000, 72224100, 72222100, 50324100, 72800000, 50312200, 30216100, 50322000, 50312600, 72590000, 30216110, 50312210, 50312410, 50323000, 50312610, 72820000, 72610000, 50312420, 50312220, 72150000, 50312620, 31224700, 72224200, 30237295, 30237420, 32573000, 30237475, 72600000, 30237133, 72510000, 31224800, 30216300, 72810000, 50312400, 30237250, 30237251, 80533200, 80533100, 50312000, 72251000, 72000000, 72252000, 45314320, 45314300, 50312320, 50312110, 45314310, 50312120, 50312310, 50312300, 72120000, 50312100 Computer equipment and supplies, Desktop computer, Portable computers, Tablet computer, Display screens, Computer terminals, Servers, Hard-disk drives, Data-communications equipment, Printers and plotters, Insulated wire and cable, Memory-expansion equipment, Power supply accessories, Miscellaneous computer equipment, Adapters, Central processing units for personal computers, Computer expansion services, Web camera, Consoles, Parts of computers, Computer-related equipment, Universal Serial Bus (USB) Interfaces, Workstations, Computer cards, Information technology services, Computer upgrade services, Synchronous dynamic random access memory (SDRAM), Static random access memory (SRAM), Dynamic random access memory (DRAM), Random access memory (RAM), Trackballs, Network interfaces cards, Ethernet drivers, Audio cards, Synchronous graphic random access memory (SGRAM), Graphic accelerator cards, Computer configurations, Rambus dynamic random access memory (RDRAM), Computer platforms, Repair, maintenance and associated services related to personal computers,, office equipment, telecommunications and audio-visual equipment, Central processing units for minicomputers, Memory expansion services, Support services of personal computers, Graphics card drivers, Mains connections, Programmable read only memory (PROM), Erasable programmable read only memory (EPROM), Electronically erasable programmable read only memory (EEPROM), Computer mouse, Personal computers, Read only memory (ROM), Minicomputer hardware, Technical computer support services, Drivers and system software package, Power distribution cables, Super computer, Central processing unit (CPU) or processors, Programmable keyboards, Computer keyboards, Computer-related services, Smart card readers, Central processing units for microcomputers, Pocket computers, Batteries, Portable computer carrying cases, Microcomputer hardware, Combined smart card and fingerprint readers, Battery packs, Computer ports, Accumulators, primary cells and primary batteries, Fingerprint readers, Battery chargers, Chargers, Light pens, Touch screen monitors, Computer screens and consoles, Monitor wall mount arms, Flat panel displays, Anti-glare screens, Motherboards, Communications cable, Computer storage units, Data-processing machines (hardware), Uninterruptible power supplies, Parts, accessories and supplies for computers, Media storage and reader devices, Direct-access storage devices (DASD), Redundant Array of Independent Disk (RAID), Data-processing equipment, Electronic cards, Local area network services, Mainframe hardware, Floppy-disk drives, Computer network services, Magnetic disk storage units, Data equipment, Network servers, Magnetic tape storage units, Tape streamers, Cassette-handling equipment, File servers, Computer servers, Mainframe computer, Magnetic card storage units, Optical-fibre cables, Printer servers, Interruptible power supplies, Wide area network services, Web servers, Inverters, Network interfaces, Digital Audio Tape (DAT) cartridges, Data cartridges, Recording cartridges, Digital Linear Tape (DLT) cartridges, Linear Tape-Open (LTO) cartridges, Library automation equipment, Data-transmission cable with coaxial conductors, Data-transmission cable with multiple electrical conductors, Data-transmission cable, Data-transmission cable for special applications, Colour graphics printers, Repair of computer peripherals, Dot-matrix printers, Inkjet printers, Laser printers, Peripheral equipment, Maintenance of computer peripherals, Primary batteries, Mains, Signalling cable, Computer supplies, Barcode readers, Medium-voltage cable, CD-ROM, Caches, High-voltage cable, Insulated cable glands, Low-voltage cable, Shielded cable, Magnetic disk, Serial infrared ports, Optical-disk drives, Compact disks (CDs), Insulated cable joints, Flash memory storage devices, Compact disk (CD) and digital versatile disk (DVD) reader and/or burner, Insulated cable reels, Compact disk (CD) reader and/or burner, Digital versatile disc (DVD) reader and/or burner, Diskettes, Memory storage media, Inductors, Low- and medium-voltage cable, Optical telecommunication cables, Braille pads, Communications cable with multiple electrical conductors, Communications cable with coaxial conductors, Communications cable for special applications, Computer accessories, Coaxial cable, Input units, Magnetic tapes, Extension cables, Insulated cable accessories, Optical-fibre cables for data transmission, Primary cells, Graphics tablets, Storage media, Lead batteries, Flash memory, Data entry accessories, Optical disks, Alkaline batteries, Central controlling unit, Digital versatile disks (DVDs), Encoders, Optical-fibre cables for information transmission, Insulated cable junctions, Disk controller, Repair and maintenance services of personal computers, Hardware integration consultancy services, Optical-character-recognition equipment, Computer hardware acceptance testing consultancy services, System quality assurance assessment and review services, Preventive maintenance services, Information systems or technology strategic review and planning services, Information systems or technology planning services, Computer-site planning consultancy services, Information technology requirements review services, Repair services of personal computers, Carousel units, Magnetic card readers, Hardware selection consultancy services, Magnetic or optical readers, Computer-user familiarisation and training services, Hardware consultancy services, Project management consultancy services, System implementation planning services, Information systems or technology strategic review services, System maintenance services, Computer audit and testing services, Maintenance and repair of minicomputers, Optical readers, Maintenance services of personal computers, Maintenance and repair of information technology equipment, Computer-related professional services, Scanners for computer use, Maintenance of minicomputers, Maintenance of microcomputers, Maintenance and repair of computer peripherals, Maintenance of information technology equipment, Computer testing services, Computer support services, Repair of microcomputers, Repair of minicomputers, Computer audit consultancy and hardware consultancy services, Repair of information technology equipment, Junction boxes, System quality assurance planning services, Keyguards, Joysticks, Communications control system, Electric sensors, Computer support and consultancy services, Personal Computer Memory Card International Association (PCMCIA) adaptors, and interfaces, Computer-related management services, Cable joining kits, Punchcard readers, Computer audit services, Maintenance and repair of microcomputers, Computer cleaning accessories, Computer cleaning kits, Computer courses, Computer training services, Maintenance and repair of computer equipment, Disaster recovery services, IT services: consulting, software development, Internet and support, Computer archiving services, Installation of computer cabling, Installation of cable infrastructure, Repair of data network equipment, Maintenance of mainframe computers, Installation of cable laying, Repair of mainframe computers, Maintenance of data network equipment, Maintenance and repair of data network equipment, Hardware disaster-recovery consultancy services, Maintenance and repair of mainframe computers AGENCY: GOVERNMENT PROCUREMENT SERVICES COUNTRY: GB. LANGUAGE: EN Part 1 of 3 Contract notice Services Directive 2004/18/EC Section I: Contracting authority I.1) Name, addresses and contact point(s) Government Procurement Services Rosebery Court, St Andrews Business Park NR7 0HS Norwich UNITED KINGDOM E-mail: supplier@gps.gsi.gov.uk Internet address(es): General address of the contracting authority: www.buyingsolutions.gov.uk Further information can be obtained from: Government Procurement Service Internet address: https://governmentprocurementservice.bravosolution.co.uk Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Government Procurement Service Internet address: https://governmentprocurementservice.bravosolution.co.uk Tenders or requests to participate must be sent to: Government Procurement Service Internet address: https://governmentprocurementservice.bravosolution.co.uk I.2) Type of the contracting authority Ministry or any other national or federal authority, including their regional or local sub-divisions I.3) Main activity Other: Public Procurement I.4) Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities: yes Section II: Object of the contract II.1) Description II.1.1) Title attributed to the contract by the contracting authority: IT hardware & solutions. II.1.2) Type of contract and location of works, place of delivery or of performance Services Service category No 7: Computer and related services Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirements overseas. NUTS code UK II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS) The notice involves the establishment of a framework agreement II.1.4) Information on framework agreement Duration of the framework agreement Duration in years: 2 Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: 4 000 000 000 GBP II.1.5) Short description of the contract or purchase(s) Government procurement service as the Contracting Authority is putting in place a Pan Government Collaborative framework agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their arm’s length bodies and agencies, non departmental public bodies, NHS bodies and local authorities. The above Public Sector Bodies have a need for IT hardware and solutions. Government procurement service reserves the right for an electronic auction to be held by public sector bodies during further competition among the parties to the framework agreement(s). II.1.6) Common procurement vocabulary (CPV) 30200000 II.1.7) Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): yes II.1.8) Lots This contract is divided into lots: yes Tenders may be submitted for one or more lots II.1.9) Information about variants Variants will be accepted: no Information about lots Lot No: 1 Lot title: Standard client device hardware & services 1) Short description The supply of desktop client device equipment and close to the box services. Products available in this lot include (but are not limited to): desktop computers; keyboards (where purchased with a desktop computer); mice (where purchased with a desktop computer); speakers (where purchased with a desktop computer); computer memory (where purchased with a desktop computer) and power cables (where purchased with a desktop computer). Close to the box services shall be available to customers where they purchase a desktop computer. These include (but are not limited to): asset tagging; imaging; delivery to site and/or desk; installation; removal of packaging including disposal in an environmentally friendly manner; disposal and warranty. The following products and services are out of scope of this lot: thin client devices; maintenance services and managed services. 2) Common procurement vocabulary (CPV) 30213300, 31300000, 30236100, 30237280, 30236000, 31111000, 30200000, 30213400, 72541000, 30237240, 30231200, 30237100, 30230000, 30237132, 30214000, 30237130, 72222300, 72540000, 30236113, 30236112, 30236111, 30231100, 30236110, 30237440, 30237135, 48961000, 30237136, 30236115, 30237134, 30211400, 30236114, 30211300, 50300000, 30212100, 72541100, 50324000, 48962000, 31311000, 30236121, 30236122, 30236123, 30237410, 30213000, 30236120, 30212000, 72611000, 48960000, 31320000, 30211100, 30211500, 30237461, 30237460, 72500000 5) Additional information about lots It is envisaged that framework agreements will be awarded to three (3) suppliers. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Lot No: 2 Lot title: Standard laptop device hardware & services 1) Short description The supply of laptop device equipment and close to the box services. Products available in this lot include (but are not limited to): laptop devices; notebook devices; port replicators / docking stations; replacement laptop batteries; power cables for laptops and laptop memory (where purchased with a laptop device). Close to the box services shall be available to customers where they purchase a laptop. These include (but are not limited to): Asset tagging; imaging; delivery to site and/or desk; installation; removal of packaging including disposal in an environmentally friendly manner; disposal and warranty. The following products and services are out of scope of this lot: tablet / slate devices; maintenance services and managed services. 2) Common procurement vocabulary (CPV) 30213100, 31300000, 30233300, 30236100, 30237280, 30236000, 31111000, 30200000, 30213400, 72541000, 30237240, 30231200, 30237100, 30215100, 30213500, 30230000, 30237132, 30237130, 72222300, 31440000, 30237270, 30236113, 72540000, 30236112, 30236111, 30236110, 30237440, 30237135, 30237136, 48961000, 30236115, 30237134, 30211400, 30236114, 30215000, 30211300, 50300000, 30212100, 72541100, 50324000, 48962000, 31311000, 30236121, 30236122, 30236123, 30237410, 30236120, 30233320, 30212000, 72611000, 31320000, 48960000, 31422000, 30211500, 30237120, 30237461, 30237460, 31400000, 30233310, 31158100, 31158000, 72500000 5) Additional information about lots It is envisaged that framework agreements will be awarded to four (4) suppliers. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Lot No: 3 Lot title: Standard tablet/slate device hardware & services 1) Short description The supply of tablet / slate device equipment and close to the box services. Products available in this lot include (but are not limited to): tablet / slate devices; Replacement tablet batteries and power cables for tablets. Close to the box services shall be available to customers where they purchase a tablet / slate. These include (but are not limited to): asset tagging; imaging; delivery to site and/or desk; installation; removal of packaging including disposal in an environmentally friendly manner; disposal and warranty. The following products and services are out of scope of this lot: laptop devices; notebook devices; maintenance services and Managed services. 2) Common procurement vocabulary (CPV) 30213200, 31300000, 30237430, 30233300, 30236100, 30237280, 30236000, 31111000, 30200000, 72541000, 30237240, 30231200, 30237100, 30215100, 30213500, 30230000, 30237132, 30237130, 72222300, 31440000, 30237270, 30236113, 72540000, 30236112, 30236111, 30236110, 30237440, 30237135, 30237136, 48961000, 30236115, 30237134, 30211400, 30236114, 30215000, 30211300, 50300000, 30212100, 72541100, 50324000, 48962000, 31311000, 30236121, 30236122, 30236123, 30237410, 30236120, 30233320, 30212000, 72611000, 31320000, 48960000, 31422000, 30211500, 30237120, 30231320, 30237461, 30237460, 31400000, 30233310, 31158100, 31158000, 72500000 5) Additional information about lots It is envisaged that framework agreements will be awarded to five (5) suppliers. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Lot No: 4 Lot title: Standard monitor device hardware & services 1) Short description The supply of monitor device equipment and close to the box services. Products available in this lot include (but are not limited to): monitors; wall brackets for monitors; desk stands for monitors and speakers (where purchased with a monitor device). Close to the box services shall be available to customers where they purchase a monitor. These include (but are not limited to): asset tagging; imaging; delivery to site and/or desk; installation; removal of packaging including disposal in an environmentally friendly manner; disposal and warranty. The following products and services are out of scope of this lot: desktop computer devices; maintenance services and managed services. 2) Common procurement vocabulary (CPV) 30231300, 31300000, 48962000, 30237132, 31311000, 72222300, 30237280, 30231000, 48961000, 31111000, 30200000, 30237260, 72611000, 50300000, 31320000, 48960000, 30237240, 30231200, 72500000, 30231310, 30237210, 30231320 5) Additional information about lots It is envisaged that framework agreements will be awarded to three (3) suppliers. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Lot No: 5 Lot title: Standard thin client device hardware & services 1) Short description The supply of thin client device equipment and close to the box services. Products available in this lot include (but are not limited to): thin / zero client devices. Close to the box services shall be available to customers where they purchase a thin client. These include (but are not limited to): asset tagging; imaging; delivery to site and/or desk; installation; removal of packaging including disposal in an environmentally friendly manner; disposal and warranty. The following products and services are out of scope of this lot: thick client devices; maintenance services and managed services. 2) Common procurement vocabulary (CPV) 30231100, 31300000, 48962000, 31311000, 30236121, 30236122, 30236123, 30237410, 30236100, 30237280, 30236120, 30213000, 30236000, 30200000, 31111000, 30212000, 30213400, 72611000, 31320000, 48960000, 72541000, 30231200, 30215100, 30237120, 30237461, 30237132, 30214000, 30237130, 30237460, 30213300, 72222300, 30236113, 72540000, 30236112, 30236111, 30236110, 30237135, 30237440, 30237136, 48961000, 30236115, 30236114, 30237134, 30215000, 50300000, 30212100, 72541100, 50324000, 72500000 5) Additional information about lots It is envisaged that framework agreements will be awarded to three (3) suppliers. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Lot No: 6 Lot title: Standard servers hardware & services 1) Short description The supply of server device equipment and close to the box services. Products available in this lot include (but are not limited to): tower, rack and blade servers; server chassis / standard racks; power supply units (where purchased as part of a server unit); server hard disks / hard disk arrays (where purchased as part of a server unit); server memory (where purchased with a server device) and power cables (where purchased with a server device). Close to the box services shall be available to customers where they purchase a server. These include (but are not limited to): asset tagging; imaging; delivery to site and/or server room; installation; removal of packaging including disposal in an environmentally friendly manner; disposal and warranty. The following products and services are out of scope of this lot: thin client devices; maintenance services and managed services. 2) Common procurement vocabulary (CPV) 48820000, 30237140, 31300000, 32572000, 30233100, 30210000, 31154000, 30237000, 30236100, 30237280, 30233000, 30233140, 30236000, 30233141, 31111000, 30200000, 72541000, 30237100, 30236200, 30237131, 30230000, 30237132, 30237130, 72710000, 72222300, 30211200, 30236113, 72540000, 30236112, 30236111, 30236110, 30237135, 30233131, 30237136, 30233132, 48961000, 30236115, 72700000, 30237134, 30236114, 30211400, 30233130, 32580000, 30211300, 50300000, 72541100, 48962000, 48821000, 30233120, 31311000, 30236121, 30236122, 30236123, 30233160, 30233161, 48823000, 48822000, 30236120, 72611000, 31320000, 48960000, 30211100, 30211000, 30211500, 30237120, 30233110, 32562000, 48824000, 31156000, 72720000, 48825000, 31155000, 72500000, 30237110 5) Additional information about lots It is envisaged that framework agreements will be awarded to three (3) suppliers. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Lot No: 7 Lot title: Standard storage hardware & services 1) Short description The supply of storage device equipment and close to the box services. Products available in this lot include (but are not limited to): hard disk drive / arrays and drive / arrays. Close to the box services shall be available to customers where they purchase storage. These include (but are not limited to): aset tagging; imaging; delivery to site and/or server room; installation; removal of packaging including disposal in an environmentally friendly manner; disposal and warranty. The following products and services are out of scope of this lot: server devices; USB flash pen drive devices; maintenance services and managed services. 2) Common procurement vocabulary (CPV) 30233132, 31300000, 32572000, 30233100, 31154000, 30233120, 31311000, 30236121, 30236122, 30236123, 30233160, 30233161, 30236100, 30237280, 30233000, 30236120, 30237330, 30233140, 30236000, 30233141, 30237350, 30200000, 31111000, 72611000, 30237370, 31320000, 72541000, 30237100, 30233110, 30237132, 72222300, 30236113, 30237340, 30236112, 30236111, 32562000, 30236110, 30233131, 30236115, 30237360, 30236114, 30233130, 31156000, 32580000, 50300000, 72541100, 30238000, 31155000, 72500000 5) Additional information about lots It is envisaged that framework agreements will be awarded to three (3) suppliers. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Lot No: 8 Lot title: Standard switch device hardware & services 1) Short description The supply of network switch device equipment and close to the box services. Products available in this lot include (but are not limited to): network switches. Close to the box services shall be available to customers where they purchase network switch devices. These include (but are not limited to): asset tagging; delivery to site and/or server room; installation; removal of packaging including disposal in an environmentally friendly manner; disposal and warranty. The following products and services are out of scope of this lot: server devices; maintenance services and managed services. 2) Common procurement vocabulary (CPV) 32581000, 48962000, 50300000, 32581120, 48960000, 32581110, 32581100, 32581130, 48961000, 30200000 5) Additional information about lots It is envisaged that framework agreements will be awarded to three (3) suppliers. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Lot No: 9 Lot title: Standard printer - desktop hardware & services 1) Short description The supply of desktop printer device equipment and close to the box services. Products available in this lot include (but are not limited to): desktop printer devices; printer memory; paper trays and power cables (where purchased with a printer device). Close to the box services shall be available to customers where they purchase desktop printers. These include (but are not limited to): asset tagging; delivery to site and/or desk; installation; removal of packaging including disposal in an environmentally friendly manner; disposal and warranty. The following products and services are out of scope of this lot: print consumables (e.g. toner, ink cartridges and paper); free standing multifunctional devices; maintenance services and managed services. 2) Common procurement vocabulary (CPV) 30232100, 31300000, 48962000, 31311000, 72222300, 30236100, 30232130, 30237280, 50323200, 30232120, 30236000, 30231000, 48961000, 31111000, 30232150, 30200000, 30232110, 50300000, 31320000, 48960000, 72541100, 30237100, 30232000, 50323100 5) Additional information about lots It is envisaged that framework agreements will be awarded to five (5) suppliers. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Lot No: 10 Lot title: Standard peripherals 1) Short description The supply of ICT peripheral equipment and close to the box services. Products available in this lot include (but are not limited to): ICT related cables; keyboards; mice; scanners; webcams; external hard drives; USB flash pen devices; memory; processors (computers); graphics cards; port replicators / docking stations; batteries (including product specific batteries); laptop bags / skins; storage media (e.g. CDs / DVDs); external optical drives; storage media cases; speakers; power adapters; computer / laptop lock sets; Surge suppressors; transceivers; media convertors; power supply devices; uninterruptable power supplies; wireless interface cards; media readers; display accessories (privacy filters, wall brackets, stands); peripheral cards and graphic tablets. Close to the box services shall be available to customers where they purchase desktop printers. These include (but are not limited to): asset tagging; delivery to site and/or desk; installation; removal of packaging including disposal in an environmentally friendly manner; disposal and warranty. The following products and services are out of scope of this lot: print consumables (e.g. toner, ink cartridges and paper); office stationary; office supplies products (e.g. foot rests, mouse mats); telephony equipment (e.g. telephones, polycoms); laptop devices; Desktop computer devices; tablet devices; printer devices; server devices; network switch devices; tape disk arrays; free standing multifunctional devices; maintenance services and managed services. 2) Common procurement vocabulary (CPV) 30200000, 31300000, 32572000, 30237430, 31154000, 31420000, 30236100, 50323200, 32581100, 30233140, 30233141, 31310000, 30213400, 30237370, 30237240, 30237100, 30215100, 30230000, 31440000, 30236113, 30236112, 30236111, 30236110, 30231000, 30233131, 30237440, 31321700, 30233132, 30237300, 48961000, 30236115, 30236114, 30233130, 30216130, 31321220, 72541100, 30237380, 30237230, 30232000, 48962000, 30233160, 30237410, 30233161, 31321300, 31344000, 31321210, 31321600, 30211500, 30234100, 30237121, 30237120, 30231320, 30231300, 30233150, 30234300, 31343000, 30233180, 30233153, 31341000, 30233151, 32562000, 30233152, 30237320, 30234500, 31400000, 31157000, 31321200, 30231310, 30237210, 30237110, 30237140, 30233100, 32562200, 30237000, 30237470, 32572100, 30233300, 30237280, 30233000, 32572200, 30237330, 30236000, 31111000, 32572300, 30237200, 31330000, 30237131, 30237132, 30237480, 30237130, 72222300, 30234700, 30237270, 30237340, 30237135, 30237136, 31224810, 31340000, 30237134, 32580000, 50300000, 30212100, 32562300, 31410000, 50323100, 30237450, 31311000, 30233120, 30236121, 30236122, 32581120, 30234000, 30236123, 30236120, 30237350, 31421000, 30233320, 30237260, 30234600, 31320000, 48960000, 30237400, 31422000, 30234200, 31411000, 32581130, 30237461, 30233110, 30232700, 30237460, 32581110, 30233310, 30237360, 31156000, 30234400, 30232600, 31158100, 32562100, 31155000, 31158000, 31342000 5) Additional information about lots It is envisaged that framework agreements will be awarded to three (3) suppliers. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Lot No: 11 Lot title: Non standard desktop hardware & solutions 1) Short description The supply of desktop hardware, services and solutions. Non standard products relating to desktop hardware including but not limited to: desktop computers; laptops; tablets; peripherals; audio visual equipment (such as displays, cameras, projectors, video conferencing); computer tools (such as precision screwdrivers or cable testers); desktop printers; charging trolleys; barcode reading equipment; computer chassis; cables and computer components. Services relating to desktop hardware including but not limited to: asset tagging; imaging; delivery; installation; disposal; warranty and maintenance. Solution activities relating to desktop hardware including but not limited to: desktop estate design; project management; project implementation and upgrades. The following products and services are out of scope of this lot: print consumables (e.g. toner, ink cartridges and paper); office stationary; office supplies products (e.g. foot rests, mouse mats); mobile telephones; Managed services; managed print services; software purchases not related to a solutions (i.e. stand alone COTS software purchase) and business application solutions (e.g. payroll, finance systems, ERP). 2) Common procurement vocabulary (CPV) 30200000, 32572000, 31300000, 30210000, 31420000, 30233190, 50320000, 30236100, 31310000, 72228000, 30213400, 30216120, 30237240, 30237100, 72140000, 72225000, 30213500, 50324200, 30230000, 31440000, 30236113, 30236112, 30236111, 30236110, 30231000, 48961000, 31321700, 72222000, 30236115, 30211400, 30236114, 30216130, 72222200, 72541100, 72130000, 30237230, 30237380, 50324000, 72223000, 30232000, 50321000, 48962000, 30233170, 31321300, 30213000, 31344000, 30216200, 30212000, 72611000, 72110000, 30216000, 30211500, 30234100, 30237121, 30237120, 31343000, [Continuation of this Notice in Part 2 of 3] ORIGINAL LANGUAGE: TED (C) European Communities 2012 OJEU Finder. Contact reception@ojeu.com The following OJEU notice is provided by the OJEU Reporter Ltd TITLE: UK-Norwich: computer equipment and supplies PUBLISHED ON: 04/02/2012 DOCUMENT NUMBER: 39208-2012 Part 2 of 3 JOURNAL NUMBER: 24 SPECIFICATION DUE: DEADLINE: 19/03/2012 TYPE OF DOCUMENT: 3 - Invitation to tender TYPE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 5 - European Communities with participation by GPA countries AWARDING AUTHORITY: 1 - Centeral Government TYPE OF BID: 3 - Global or partial tender CRITERIA: 2 - The most economic tender CPV CODE(S): 30200000, 30213300, 30213100, 30213200, 30231300, 30231100, 48820000, 30233132, 32581000, 30232100, 31300000, 30236100, 30237280, 30236000, 31111000, 30213400, 72541000, 30237240, 30231200, 30237100, 30230000, 30237132, 30214000, 30237130, 72222300, 72540000, 30236113, 30236112, 30236111, 30236110, 30237440, 30237135, 48961000, 30237136, 30236115, 30237134, 30211400, 30236114, 30211300, 50300000, 30212100, 72541100, 50324000, 48962000, 31311000, 30236121, 30236122, 30236123, 30237410, 30213000, 30236120, 30212000, 72611000, 48960000, 31320000, 30211100, 30211500, 30237461, 30237460, 72500000, 30233300, 30215100, 30213500, 31440000, 30237270, 30215000, 30233320, 31422000, 30237120, 31400000, 30233310, 31158100, 31158000, 30237430, 30231320, 30231000, 30237260, 30231310, 30237210, 30237140, 32572000, 30233100, 30210000, 31154000, 30237000, 30233000, 30233140, 30233141, 30236200, 30237131, 72710000, 30211200, 30233131, 72700000, 30233130, 32580000, 48821000, 30233120, 30233160, 30233161, 48823000, 48822000, 30211000, 30233110, 32562000, 48824000, 31156000, 72720000, 48825000, 31155000, 30237110, 30237330, 30237350, 30237370, 30237340, 30237360, 30238000, 32581120, 32581110, 32581100, 32581130, 30232130, 50323200, 30232120, 30232150, 30232110, 30232000, 50323100, 31420000, 31310000, 31321700, 30237300, 30216130, 31321220, 30237380, 30237230, 31321300, 31344000, 31321210, 31321600, 30234100, 30237121, 30233150, 30234300, 31343000, 30233180, 30233153, 31341000, 30233151, 30233152, 30237320, 30234500, 31157000, 31321200, 32562200, 30237470, 32572100, 32572200, 32572300, 30237200, 31330000, 30237480, 30234700, 31224810, 31340000, 32562300, 31410000, 30237450, 30234000, 31421000, 30234600, 30237400, 30234200, 31411000, 30232700, 30234400, 30232600, 32562100, 31342000, 30233190, 50320000, 72228000, 30216120, 72140000, 72225000, 50324200, 72222000, 72222200, 72130000, 72223000, 50321000, 30233170, 30216200, 72110000, 30216000, 80533000, 72100000, 72224000, 72224100, 72222100, 50324100, 72800000, 50312200, 30216100, 50322000, 50312600, 72590000, 30216110, 50312210, 50312410, 50323000, 50312610, 72820000, 72610000, 50312420, 50312220, 72150000, 50312620, 31224700, 72224200, 30237295, 30237420, 32573000, 30237475, 72600000, 30237133, 72510000, 31224800, 30216300, 72810000, 50312400, 30237250, 30237251, 80533200, 80533100, 50312000, 72251000, 72000000, 72252000, 45314320, 45314300, 50312320, 50312110, 45314310, 50312120, 50312310, 50312300, 72120000, 50312100 Computer equipment and supplies, Desktop computer, Portable computers, Tablet computer, Display screens, Computer terminals, Servers, Hard-disk drives, Data-communications equipment, Printers and plotters, Insulated wire and cable, Memory-expansion equipment, Power supply accessories, Miscellaneous computer equipment, Adapters, Central processing units for personal computers, Computer expansion services, Web camera, Consoles, Parts of computers, Computer-related equipment, Universal Serial Bus (USB) Interfaces, Workstations, Computer cards, Information technology services, Computer upgrade services, Synchronous dynamic random access memory (SDRAM), Static random access memory (SRAM), Dynamic random access memory (DRAM), Random access memory (RAM), Trackballs, Network interfaces cards, Ethernet drivers, Audio cards, Synchronous graphic random access memory (SGRAM), Graphic accelerator cards, Computer configurations, Rambus dynamic random access memory (RDRAM), Computer platforms, Repair, maintenance and associated services related to personal computers,, office equipment, telecommunications and audio-visual equipment, Central processing units for minicomputers, Memory expansion services, Support services of personal computers, Graphics card drivers, Mains connections, Programmable read only memory (PROM), Erasable programmable read only memory (EPROM), Electronically erasable programmable read only memory (EEPROM), Computer mouse, Personal computers, Read only memory (ROM), Minicomputer hardware, Technical computer support services, Drivers and system software package, Power distribution cables, Super computer, Central processing unit (CPU) or processors, Programmable keyboards, Computer keyboards, Computer-related services, Smart card readers, Central processing units for microcomputers, Pocket computers, Batteries, Portable computer carrying cases, Microcomputer hardware, Combined smart card and fingerprint readers, Battery packs, Computer ports, Accumulators, primary cells and primary batteries, Fingerprint readers, Battery chargers, Chargers, Light pens, Touch screen monitors, Computer screens and consoles, Monitor wall mount arms, Flat panel displays, Anti-glare screens, Motherboards, Communications cable, Computer storage units, Data-processing machines (hardware), Uninterruptible power supplies, Parts, accessories and supplies for computers, Media storage and reader devices, Direct-access storage devices (DASD), Redundant Array of Independent Disk (RAID), Data-processing equipment, Electronic cards, Local area network services, Mainframe hardware, Floppy-disk drives, Computer network services, Magnetic disk storage units, Data equipment, Network servers, Magnetic tape storage units, Tape streamers, Cassette-handling equipment, File servers, Computer servers, Mainframe computer, Magnetic card storage units, Optical-fibre cables, Printer servers, Interruptible power supplies, Wide area network services, Web servers, Inverters, Network interfaces, Digital Audio Tape (DAT) cartridges, Data cartridges, Recording cartridges, Digital Linear Tape (DLT) cartridges, Linear Tape-Open (LTO) cartridges, Library automation equipment, Data-transmission cable with coaxial conductors, Data-transmission cable with multiple electrical conductors, Data-transmission cable, Data-transmission cable for special applications, Colour graphics printers, Repair of computer peripherals, Dot-matrix printers, Inkjet printers, Laser printers, Peripheral equipment, Maintenance of computer peripherals, Primary batteries, Mains, Signalling cable, Computer supplies, Barcode readers, Medium-voltage cable, CD-ROM, Caches, High-voltage cable, Insulated cable glands, Low-voltage cable, Shielded cable, Magnetic disk, Serial infrared ports, Optical-disk drives, Compact disks (CDs), Insulated cable joints, Flash memory storage devices, Compact disk (CD) and digital versatile disk (DVD) reader and/or burner, Insulated cable reels, Compact disk (CD) reader and/or burner, Digital versatile disc (DVD) reader and/or burner, Diskettes, Memory storage media, Inductors, Low- and medium-voltage cable, Optical telecommunication cables, Braille pads, Communications cable with multiple electrical conductors, Communications cable with coaxial conductors, Communications cable for special applications, Computer accessories, Coaxial cable, Input units, Magnetic tapes, Extension cables, Insulated cable accessories, Optical-fibre cables for data transmission, Primary cells, Graphics tablets, Storage media, Lead batteries, Flash memory, Data entry accessories, Optical disks, Alkaline batteries, Central controlling unit, Digital versatile disks (DVDs), Encoders, Optical-fibre cables for information transmission, Insulated cable junctions, Disk controller, Repair and maintenance services of personal computers, Hardware integration consultancy services, Optical-character-recognition equipment, Computer hardware acceptance testing consultancy services, System quality assurance assessment and review services, Preventive maintenance services, Information systems or technology strategic review and planning services, Information systems or technology planning services, Computer-site planning consultancy services, Information technology requirements review services, Repair services of personal computers, Carousel units, Magnetic card readers, Hardware selection consultancy services, Magnetic or optical readers, Computer-user familiarisation and training services, Hardware consultancy services, Project management consultancy services, System implementation planning services, Information systems or technology strategic review services, System maintenance services, Computer audit and testing services, Maintenance and repair of minicomputers, Optical readers, Maintenance services of personal computers, Maintenance and repair of information technology equipment, Computer-related professional services, Scanners for computer use, Maintenance of minicomputers, Maintenance of microcomputers, Maintenance and repair of computer peripherals, Maintenance of information technology equipment, Computer testing services, Computer support services, Repair of microcomputers, Repair of minicomputers, Computer audit consultancy and hardware consultancy services, Repair of information technology equipment, Junction boxes, System quality assurance planning services, Keyguards, Joysticks, Communications control system, Electric sensors, Computer support and consultancy services, Personal Computer Memory Card International Association (PCMCIA) adaptors, and interfaces, Computer-related management services, Cable joining kits, Punchcard readers, Computer audit services, Maintenance and repair of microcomputers, Computer cleaning accessories, Computer cleaning kits, Computer courses, Computer training services, Maintenance and repair of computer equipment, Disaster recovery services, IT services: consulting, software development, Internet and support, Computer archiving services, Installation of computer cabling, Installation of cable infrastructure, Repair of data network equipment, Maintenance of mainframe computers, Installation of cable laying, Repair of mainframe computers, Maintenance of data network equipment, Maintenance and repair of data network equipment, Hardware disaster-recovery consultancy services, Maintenance and repair of mainframe computers AGENCY: GOVERNMENT PROCUREMENT SERVICES COUNTRY: GB. LANGUAGE: EN Part 2 of 3 30233180, 32562000, 31341000, 30234500, 31400000, 30237210, 30237110, 32562200, 30237000, 30233300, 80533000, 30236000, 31111000, 32572300, 72100000, 30237200, 72224000, 72224100, 30214000, 30234700, 72222100, 72540000, 30231100, 32580000, 30211300, 50324100, 72800000, 50300000, 31410000, 50323100, 31311000, 30236121, 30236122, 30234000, 30236123, 30236120, 31421000, 30233320, 30213100, 48960000, 30234600, 30237400, 31422000, 30211100, 30234200, 50312200, 30216100, 50322000, 50312600, 30233310, 30234400, 72590000, 32562100, 31342000, 30216110, 30237430, 31154000, 50312210, 50312410, 50323200, 50323000, 32581100, 30233140, 30233141, 72541000, 30231200, 50312610, 72820000, 30215100, 72610000, 30213300, 50312420, 50312220, 30237440, 30233131, 30233132, 30213200, 30233130, 72150000, 50312620, 30215000, 31321220, 30233160, 30233161, 30237410, 31321210, 31224700, 72224200, 31321600, 30231320, 30231300, 30237295, 30233150, 30234300, 30237420, 30233153, 30233151, 32573000, 30233152, 31157000, 31321200, 30231310, 30237140, 30233100, 30237470, 32572100, 30237280, 30237475, 30233000, 32572200, 32581000, 72600000, 31330000, 30237131, 30237480, 30237132, 30237130, 72222300, 30237270, 30237135, 30237136, 31224810, 30237133, 31340000, 30237134, 30212100, 32562300, 72510000, 30237450, 30233120, 32581120, 31224800, 30237260, 31320000, 30216300, 31411000, 32581130, 72810000, 30237461, 30233110, 30232700, 30237460, 50312400, 32581110, 30237250, 30237251, 31156000, 80533200, 31158100, 30232600, 31158000, 31155000, 80533100, 72500000, 50312000 5) Additional information about lots It is envisaged that framework agreements will be awarded to five (5) suppliers. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Lot No: 12 Lot title: Non standard infrastructure hardware & solutions 1) Short description The supply of infrastructure hardware, services and solutions. Non standard products relating to infrastructure hardware including but not limited to: servers; hard disk arrays; tape drive arrays; switches; server chassis; cables; computer tools (such as precision screwdrivers or cable testers); peripherals (when purchased as part of an overall infrastructure solution); audio visual equipment (when purchased as part of an overall infrastructure solution); printers (when purchased as part of an overall infrastructure solution); cables; client devices (when purchased as part of an overall infrastructure solution); off the shelf software (where purchased as part of an overall infrastructure solution) and infrastructure components. Services relating to infrastructure hardware including but not limited to: asset tagging; imaging; delivery; installation; disposal; warranty and maintenance. Solution activities relating to infrastructure hardware including but not limited to: infrastructure estate design; virtualisation solutions; project management; project implementation; support and upgrades. It is envisaged that suppliers appointed to this are capable of providing the following types of solutions: virtualisation solution; active directory requirements; application packaging solutions; Storage solutions; design, roll out and support of new infrastructure estate and Software deployment solution. The following products and services are out of scope of this lot: print consumables (e.g. toner, ink cartridges and paper); office stationary; office supplies products (e.g. foot rests, mouse mats); mobile telephones; air conditioningl; managed services; Managed print services; business application solutions (e.g. payroll, finance systems, ERP) and software purchases not related to a solutions (i.e. stand alone COTS software purchase). 2) Common procurement vocabulary (CPV) 30200000, 32572000, 31300000, 30210000, 31154000, 30233190, 30236100, 50320000, 50323200, 32581100, 72251000, 30233140, 30233141, 31310000, 72228000, 30237370, 72541000, 30231200, 30237100, 50312610, 72820000, 72140000, 72225000, 30230000, 50324200, 72610000, 72710000, 30211200, 30236113, 30236112, 30236111, 30236110, 30237440, 30231000, 31321700, 30233132, 48961000, 30236115, 72000000, 72222000, 30233130, 30211400, 30236114, 50312620, 72150000, 31321220, 72222200, 72541100, 72130000, 30238000, 72223000, 30232000, 48962000, 48821000, 30233160, 31321300, 30237410, 30233161, 48823000, 48822000, 31344000, 72611000, 31321210, 31224700, 72110000, 31321600, 30211000, 72224200, 30211500, 30234100, 30237120, 30231320, 30231300, 31343000, 32562000, 31341000, 30237320, 31400000, 72252000, 31157000, 31321200, 48825000, 45314320, 30231310, 30237110, 30237140, 30233100, 30237000, 80533000, 30237280, 30237330, 32581000, 30236000, 31111000, 45314300, 72100000, 30237200, 72600000, 72224000, 50312320, 30236200, 50312110, 72224100, 48820000, 31330000, 30237131, 30237480, 30237132, 72222300, 30234700, 30237340, 72222100, 72540000, 30231100, 30237135, 30237136, 31224810, 30237133, 72700000, 31340000, 30237134, 45314310, 32580000, 30211300, 50324100, 72800000, 50300000, 50312120, 50312310, 72510000, 31311000, 30233120, 30236121, 30236122, 32581120, 30234000, 30236123, 31224800, 30236120, 30237350, 50312300, 31320000, 48960000, 72120000, 30211100, 32581130, 72810000, 30237461, 30233110, 30232700, 30237460, 32581110, 50312600, 48824000, 30237360, 31156000, 72720000, 80533200, 30232600, 72590000, 31155000, 80533100, 72500000, 50312000, 31342000, 50312100 5) Additional information about lots It is envisaged that framework agreements will be awarded to eight (8) suppliers. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Section III: Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) Deposits and guarantees required: Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by Government procurement service if considered appropriate. III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: No special legal form is required but if a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the framework agreement. III.1.4) Other particular conditions The performance of the contract is subject to particular conditions: no III.2) Conditions for participation III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an invitation to tender (“ITT”). Suppliers instructions How to Express Interest in this tender: 1. Register your company on the eSourcing portal (this is only required once): — Browse to the eSourcing Portal: https://buyingsolutions.bravosolution.co.uk and click the link to register, — Accept the terms and conditions and click 'continue', — Enter your correct business and user details, — Note the username you chose and click 'Save' when complete, — You will shortly receive an e-mail with your unique password (please keep this secure). 2. Express an Interest in the tender: — Login to the portal with the username/password, — Click the 'PQQs / ITTs Open To All Suppliers' link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier), — Click on the relevant PQQ/ ITT to access the content, — Click the 'Express Interest' button at the top of the page, — This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only), — You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box. 3. Responding to the tender: — Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining), — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification, — Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT, — There may be a mixture of online & offline actions for you to perform (there is detailed online help available). You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk. III.2.2) Economic and financial ability Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT. The ITT can be accessed at https://governmentprocurementservice.bravosolution.co.uk using the instructions detailed in III.2.1. The Contracting Authority may take into account any of the following information: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance; (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established; (c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available. III.2.3) Technical capacity Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT. The ITT can be accessed at https://governmentprocurementservice.bravosolution.co.uk using the instructions detailed in III.2.1. The Contracting Authority may have regard to any of the following means in its assessment: (a) A list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct; (b) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — Where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, — Where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator. (c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work; (d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities; (e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate; (f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work; (g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract; (h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years; (i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract; (j) An indication of the proportion of the contract which the services provider intends possibly to subcontract; (k) With regard to the products to be supplied: (I) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (II) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards. III.3) Conditions specific to services contracts III.3.1) Information about a particular profession Execution of the service is reserved to a particular profession: no Section IV: Procedure IV.1) Type of procedure IV.1.1) Type of procedure Open IV.2) Award criteria IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document IV.2.2) Information about electronic auction An electronic auction will be used: yes Additional information about electronic auction: Further information regarding the eAuction can be found in the invitation to tender (ITT) documentation. IV.3) Administrative information IV.3.1) File reference number attributed by the contracting authority: RM1692 IV.3.2) Previous publication(s) concerning the same contract Prior information notice Notice number in the OJEU: 2011/S 117-193152 of 21.6.2011 Other previous publications Notice number in the OJEU: 2011/S 232-375266 of 2.12.2011 IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document Payable documents: no IV.3.4) Time limit for receipt of tenders or requests to participate 19.3.2012 - 15:00 IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. IV.3.7) Minimum time frame during which the tenderer must maintain the tender in days: 120 (from the date stated for receipt of tender) IV.3.8) Conditions for opening tenders Date: 19.3.2012 - 15:00 Place: Electronically, via e-tendering tool. Persons authorised to be present at the opening of tenders: no Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no VI.3) Additional information The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Potential suppliers should note that, in accordance with the UK Government’s policies on transparency, Government Procurement Service intends to publish the invitation to tender (ITT) document, and the text of any framework agreement awarded, subject to possible redactions at the discretion of Government procurement service. The terms of the proposed framework agreement will also permit a public sector contracting authority, awarding a contract under this framework agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at: http://www.buyingsolutions.gov.uk/aboutus/transparency/. The Contracting Authority expressly reserves the right: (I) Not to award any contract as a result of the procurement process commenced by publication of this notice; and (II) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a framework agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this framework agreement will form a separate contract under the scope of this framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the framework reserve the right to use any electronic portal during the life of the agreement. The duration referenced in Section II.1.4 is for the placing of orders. The framework is for 2 years with the option of extending the framework agreement on the same terms for further periods of up to six (6) months each time. Maximum duration of the framework is 4 years. The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement. Government procurement service wishes to establish a framework agreement for use by the following UK public sector bodies (and any future successors to these organisations): Central Government Departments, Executive Agencies and NDPBs. http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm Public Corporations. British Broadcasting Corporation (BBC). BNFL plc. Export Credits Guarantee Department. Nuclear Decommissioning Authority. Royal Mail Group plc. United Kingdom Atomic Energy Authority. Urenco. Partnerships UK. Royal Mint. ABRO. Defence Aviation Repair Agency (DARA). Defence Science and Technology Laboratory (Dstl). Met Office. UK Hydrographic Office. Forensic Science Service. NATS. Actis Capital LLP. CDC Group plc. Working Links Limited. British Waterways Authority. Covent Garden Market Authority. Channel 4. The Tote. Ordnance Survey. QEII Conference Centre. Northern Ireland Water. Scottish Water. Local Authorities. http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG). NDPBs. http://www.civilservice.gov.uk/Assets/PublicBodies2009_tcm6-35808.pdf. http://www.civilservice.gov.uk/jobs/Departments-NDPBs-AtoL/A-toF.aspx. National Parks Authorities. http://www.nationalparks.gov.uk/ Educational Establishments in England and Wales, maintained by the Department for children, schools and families including schools, universities and colleges but not. Independent Schools. http://www.edubase.gov.uk/search.xhtml;jsessionid=4767F89630A039E98FE593093D577013?clear=true. Police Forces in the United Kingdom. http://www.police.uk/. Fire and Rescue Services (including Scotland, Wales and Northern Ireland). http://www.fireservice.co.uk/information/ukfrs NHS Bodies England including Acute Trusts, Ambulance Trusts, Primary Care trusts, Care Trusts, NHS Hospital Trusts, Foundation Trusts, Strategic Health Authorities, Mental Health Trusts, Special Health Authorities, Community Health Councils, Local Health Boards, NHS Trusts, including Ambulance Trusts. http://www.dh.gov.uk/en/Aboutus/OrganisationsthatworkwithDH/Armslengthbodies/Categorisationofarmslengthbodies/index.htm. http://www.nhs.uk/servicedirectories/Pages/PrimaryCareTrustListing.aspx http://www.general-practitioners-uk.co.uk/ Hospices. Hospices in UK including Scotland, Wales and Northern Ireland. http://www.hauraki.co.uk/hospice_uk/ Registered Social Landlords (Housing Associations). http://portal.tenantservicesauthority.org/. https://www.rsrsurvey.co.uk/RSRDocuments Third sector and charities. http://www.charity-commission.gov.uk/. http://www.hmrc.gov.uk/charities/charities-search.htm. http://www.oscr.org.uk/. Citizens advice. http://www.citizensadvice.org.uk/index/aboutus/citizens_advice_offices.htm. Scottish Public Bodies. Scottish Government. http://www.scotland.gov.uk/Home. Scottish local authorities. http://www.scotland-excel.org.uk/customers/index.asp. Scottish Agencies, NDPBs. http://www.scotland.gov.uk/Topics/Government/public-bodies/executive-ndpbs. Scottish NHS Bodies. http://www.scotland.gov.uk/Topics/Health/NHS-Scotland/Boards. Scottish Further and Higher Education Bodies. http://www.sfc.ac.uk/about_the_council/council_funded_institutions/council_funded_institutions.aspx. Scottish Police. http://www.scottish.police.uk/. Scottish Fire and Rescue. http://www.dontgivefireahome.com/fire_safety/1347.html. Scottish Housing Associations. http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/. Scottish Parliament. http://www.scottish.parliament.uk/corporate/spcb/index.htm. The Scotland Office. http://www.scotlandoffice.gov.uk/scotlandoffice/10786.html. Scotland Citizens Advice. http://www.cas.org.uk/find-a-bureau/all-scottish-bureaux. Scottish schools. Primary schools. http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=isprimaryschool&bSubmit=1&Submit=Search. Secondary schools. http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=issecondaryschool&bSubmit=1&Submit=Search. Special schools. [Continuation of this Notice in Part 3 of 3] ORIGINAL LANGUAGE: TED (C) European Communities 2012 OJEU Finder. Contact reception@ojeu.com The following OJEU notice is provided by the OJEU Reporter Ltd TITLE: UK-Norwich: computer equipment and supplies PUBLISHED ON: 04/02/2012 DOCUMENT NUMBER: 39208-2012 Part 3 of 3 JOURNAL NUMBER: 24 SPECIFICATION DUE: DEADLINE: 19/03/2012 TYPE OF DOCUMENT: 3 - Invitation to tender TYPE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 5 - European Communities with participation by GPA countries AWARDING AUTHORITY: 1 - Centeral Government TYPE OF BID: 3 - Global or partial tender CRITERIA: 2 - The most economic tender CPV CODE(S): 30200000, 30213300, 30213100, 30213200, 30231300, 30231100, 48820000, 30233132, 32581000, 30232100, 31300000, 30236100, 30237280, 30236000, 31111000, 30213400, 72541000, 30237240, 30231200, 30237100, 30230000, 30237132, 30214000, 30237130, 72222300, 72540000, 30236113, 30236112, 30236111, 30236110, 30237440, 30237135, 48961000, 30237136, 30236115, 30237134, 30211400, 30236114, 30211300, 50300000, 30212100, 72541100, 50324000, 48962000, 31311000, 30236121, 30236122, 30236123, 30237410, 30213000, 30236120, 30212000, 72611000, 48960000, 31320000, 30211100, 30211500, 30237461, 30237460, 72500000, 30233300, 30215100, 30213500, 31440000, 30237270, 30215000, 30233320, 31422000, 30237120, 31400000, 30233310, 31158100, 31158000, 30237430, 30231320, 30231000, 30237260, 30231310, 30237210, 30237140, 32572000, 30233100, 30210000, 31154000, 30237000, 30233000, 30233140, 30233141, 30236200, 30237131, 72710000, 30211200, 30233131, 72700000, 30233130, 32580000, 48821000, 30233120, 30233160, 30233161, 48823000, 48822000, 30211000, 30233110, 32562000, 48824000, 31156000, 72720000, 48825000, 31155000, 30237110, 30237330, 30237350, 30237370, 30237340, 30237360, 30238000, 32581120, 32581110, 32581100, 32581130, 30232130, 50323200, 30232120, 30232150, 30232110, 30232000, 50323100, 31420000, 31310000, 31321700, 30237300, 30216130, 31321220, 30237380, 30237230, 31321300, 31344000, 31321210, 31321600, 30234100, 30237121, 30233150, 30234300, 31343000, 30233180, 30233153, 31341000, 30233151, 30233152, 30237320, 30234500, 31157000, 31321200, 32562200, 30237470, 32572100, 32572200, 32572300, 30237200, 31330000, 30237480, 30234700, 31224810, 31340000, 32562300, 31410000, 30237450, 30234000, 31421000, 30234600, 30237400, 30234200, 31411000, 30232700, 30234400, 30232600, 32562100, 31342000, 30233190, 50320000, 72228000, 30216120, 72140000, 72225000, 50324200, 72222000, 72222200, 72130000, 72223000, 50321000, 30233170, 30216200, 72110000, 30216000, 80533000, 72100000, 72224000, 72224100, 72222100, 50324100, 72800000, 50312200, 30216100, 50322000, 50312600, 72590000, 30216110, 50312210, 50312410, 50323000, 50312610, 72820000, 72610000, 50312420, 50312220, 72150000, 50312620, 31224700, 72224200, 30237295, 30237420, 32573000, 30237475, 72600000, 30237133, 72510000, 31224800, 30216300, 72810000, 50312400, 30237250, 30237251, 80533200, 80533100, 50312000, 72251000, 72000000, 72252000, 45314320, 45314300, 50312320, 50312110, 45314310, 50312120, 50312310, 50312300, 72120000, 50312100 Computer equipment and supplies, Desktop computer, Portable computers, Tablet computer, Display screens, Computer terminals, Servers, Hard-disk drives, Data-communications equipment, Printers and plotters, Insulated wire and cable, Memory-expansion equipment, Power supply accessories, Miscellaneous computer equipment, Adapters, Central processing units for personal computers, Computer expansion services, Web camera, Consoles, Parts of computers, Computer-related equipment, Universal Serial Bus (USB) Interfaces, Workstations, Computer cards, Information technology services, Computer upgrade services, Synchronous dynamic random access memory (SDRAM), Static random access memory (SRAM), Dynamic random access memory (DRAM), Random access memory (RAM), Trackballs, Network interfaces cards, Ethernet drivers, Audio cards, Synchronous graphic random access memory (SGRAM), Graphic accelerator cards, Computer configurations, Rambus dynamic random access memory (RDRAM), Computer platforms, Repair, maintenance and associated services related to personal computers,, office equipment, telecommunications and audio-visual equipment, Central processing units for minicomputers, Memory expansion services, Support services of personal computers, Graphics card drivers, Mains connections, Programmable read only memory (PROM), Erasable programmable read only memory (EPROM), Electronically erasable programmable read only memory (EEPROM), Computer mouse, Personal computers, Read only memory (ROM), Minicomputer hardware, Technical computer support services, Drivers and system software package, Power distribution cables, Super computer, Central processing unit (CPU) or processors, Programmable keyboards, Computer keyboards, Computer-related services, Smart card readers, Central processing units for microcomputers, Pocket computers, Batteries, Portable computer carrying cases, Microcomputer hardware, Combined smart card and fingerprint readers, Battery packs, Computer ports, Accumulators, primary cells and primary batteries, Fingerprint readers, Battery chargers, Chargers, Light pens, Touch screen monitors, Computer screens and consoles, Monitor wall mount arms, Flat panel displays, Anti-glare screens, Motherboards, Communications cable, Computer storage units, Data-processing machines (hardware), Uninterruptible power supplies, Parts, accessories and supplies for computers, Media storage and reader devices, Direct-access storage devices (DASD), Redundant Array of Independent Disk (RAID), Data-processing equipment, Electronic cards, Local area network services, Mainframe hardware, Floppy-disk drives, Computer network services, Magnetic disk storage units, Data equipment, Network servers, Magnetic tape storage units, Tape streamers, Cassette-handling equipment, File servers, Computer servers, Mainframe computer, Magnetic card storage units, Optical-fibre cables, Printer servers, Interruptible power supplies, Wide area network services, Web servers, Inverters, Network interfaces, Digital Audio Tape (DAT) cartridges, Data cartridges, Recording cartridges, Digital Linear Tape (DLT) cartridges, Linear Tape-Open (LTO) cartridges, Library automation equipment, Data-transmission cable with coaxial conductors, Data-transmission cable with multiple electrical conductors, Data-transmission cable, Data-transmission cable for special applications, Colour graphics printers, Repair of computer peripherals, Dot-matrix printers, Inkjet printers, Laser printers, Peripheral equipment, Maintenance of computer peripherals, Primary batteries, Mains, Signalling cable, Computer supplies, Barcode readers, Medium-voltage cable, CD-ROM, Caches, High-voltage cable, Insulated cable glands, Low-voltage cable, Shielded cable, Magnetic disk, Serial infrared ports, Optical-disk drives, Compact disks (CDs), Insulated cable joints, Flash memory storage devices, Compact disk (CD) and digital versatile disk (DVD) reader and/or burner, Insulated cable reels, Compact disk (CD) reader and/or burner, Digital versatile disc (DVD) reader and/or burner, Diskettes, Memory storage media, Inductors, Low- and medium-voltage cable, Optical telecommunication cables, Braille pads, Communications cable with multiple electrical conductors, Communications cable with coaxial conductors, Communications cable for special applications, Computer accessories, Coaxial cable, Input units, Magnetic tapes, Extension cables, Insulated cable accessories, Optical-fibre cables for data transmission, Primary cells, Graphics tablets, Storage media, Lead batteries, Flash memory, Data entry accessories, Optical disks, Alkaline batteries, Central controlling unit, Digital versatile disks (DVDs), Encoders, Optical-fibre cables for information transmission, Insulated cable junctions, Disk controller, Repair and maintenance services of personal computers, Hardware integration consultancy services, Optical-character-recognition equipment, Computer hardware acceptance testing consultancy services, System quality assurance assessment and review services, Preventive maintenance services, Information systems or technology strategic review and planning services, Information systems or technology planning services, Computer-site planning consultancy services, Information technology requirements review services, Repair services of personal computers, Carousel units, Magnetic card readers, Hardware selection consultancy services, Magnetic or optical readers, Computer-user familiarisation and training services, Hardware consultancy services, Project management consultancy services, System implementation planning services, Information systems or technology strategic review services, System maintenance services, Computer audit and testing services, Maintenance and repair of minicomputers, Optical readers, Maintenance services of personal computers, Maintenance and repair of information technology equipment, Computer-related professional services, Scanners for computer use, Maintenance of minicomputers, Maintenance of microcomputers, Maintenance and repair of computer peripherals, Maintenance of information technology equipment, Computer testing services, Computer support services, Repair of microcomputers, Repair of minicomputers, Computer audit consultancy and hardware consultancy services, Repair of information technology equipment, Junction boxes, System quality assurance planning services, Keyguards, Joysticks, Communications control system, Electric sensors, Computer support and consultancy services, Personal Computer Memory Card International Association (PCMCIA) adaptors, and interfaces, Computer-related management services, Cable joining kits, Punchcard readers, Computer audit services, Maintenance and repair of microcomputers, Computer cleaning accessories, Computer cleaning kits, Computer courses, Computer training services, Maintenance and repair of computer equipment, Disaster recovery services, IT services: consulting, software development, Internet and support, Computer archiving services, Installation of computer cabling, Installation of cable infrastructure, Repair of data network equipment, Maintenance of mainframe computers, Installation of cable laying, Repair of mainframe computers, Maintenance of data network equipment, Maintenance and repair of data network equipment, Hardware disaster-recovery consultancy services, Maintenance and repair of mainframe computers AGENCY: GOVERNMENT PROCUREMENT SERVICES COUNTRY: GB. LANGUAGE: EN Part 3 of 3 http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=isspecial&bSubmit=1&Submit=Search. Welsh Public Bodies National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities. http://www.assemblywales.org/abthome/abt-links.htm. http://new.wales.gov.uk/?lang=en. http://www.direct.gov.uk/en/dl1/directories/localcouncils/dg_065241. NHS Wales. http://www.wales.nhs.uk/ourservices/directory. NHS Wales GP Practices. http://www.wales.nhs.uk/ourservices/directory. NI Public Bodies. Northern Ireland Government Departments. http://www.northernireland.gov.uk/gov.htm. Northern Ireland Public Sector Bodies and Local Authorities. http://www.northernireland.gov.uk/az2.htm. Schools in Northern Ireland. http://www.denidata.nics.gov.uk/appinstitutes/instmain.aspx. Further and Higher Education in Northern Ireland. http://www.unixl.com/info/northern-ireland.htm. Health and Social care in Northern Ireland. http://www.hscni.net/index.php?link=hospitals. http://www.hscni.net/index.php?link=boards. http://www.hscni.net/index.php?link=agencies. http://www.hscni.net/index.php?link=councils. http://www.centralservicesagency.com/files/currentmedicallists/file/Northern%20Ireland%20Practice%20List.xls. Police Service of Northern Ireland. http://www.police-information.co.uk/police-directory/view.php?id=31&page=0&cat=6&subcat=31&subsubcat=0. Citizens Advice Northern Ireland. http://www.citizensadvice.co.uk/en/Where-We-Are/Bureaus/. http://www.citizensadvice.co.uk/en/About-Us/Contact/. VI.4) Procedures for appeal VI.4.1) Body responsible for appeal procedures Government Procurement Service E-mail: Supplier@gps.gsi.gov.uk Internet address: www.buyingsolutions.gov.uk Body responsible for mediation procedures DRS-CIArb, on behalf of the Chartered Institute of Arbitrators 12 Bloomsbury Square WC1A 2LP London UNITED KINGDOM E-mail: padre@drs-ciarb.com Telephone: +44 08452707055 Internet address: www.padre.org.uk VI.4.2) Lodging of appeals Precise information on deadline(s) for lodging appeals: The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into. VI.5) Date of dispatch of this notice: 31.1.2012 ORIGINAL LANGUAGE: TED (C) European Communities 2012 OJEU Finder. Contact reception@ojeu.com