Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Rotherham MBC
Riverside House, Main Street
For the attention of: Mr Ian Blagg
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709255306
E-mail:
Internet address(es):
General address of the contracting authority: http://www.rotherham.gov.uk/
Address of the buyer profile: www.yortender.co.uk
Electronic access to information: www.yortender.co.uk
Electronic submission of tenders and requests to participate: www.yortender.co.uk
Further information can be obtained from: Rotherham MBC
Riverside House, Main Street
For the attention of: Mr Ian Blagg
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709255306
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Rotherham MBC
Riverside House, Main Street
For the attention of: Mr Ian Blagg
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709255306
E-mail:
Tenders or requests to participate must be sent to: Rotherham MBC
Riverside House, Main Street
For the attention of: Mr Ian Blagg
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709255306
E-mail:
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
15-099 Laptop Refresh.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKE31
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 agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 0
Duration of the framework agreement
Duration in months: 36
II.1.5)Short description of the contract or purchase(s)
Rotherham MBC is looking for an organisation that has a proven technology track record in the provision of Laptop and Tablet devices. RMBC is looking to purchase a range of devices to meet it device refresh needs. RMBC is also interested in looking at other associated services such as imaging, asset tagging and bonded stock. All the relevant tender documents can be downloaded from www.yortender.co.uk under Ref: A22C-CQTBTF.
II.1.6)Common procurement vocabulary (CPV)30213000, 30000000, 30200000, 30213300, 30213100, 30213200
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Rotherham MBC is looking for an organisation that has a proven technology track record in the provision of Laptop and Tablet devices. Rotherham MBC has estimated the quantity of devices it will need to purchase each year of the 3 year agreement. These are approximate figures based on current information:
1. 2016/17 1 000 - 1 800,
2. 2017/18 400 - 550,
3. 2018/19 250 - 350.
This estimated value of this agreement ranges between 825 000 GBP and 1 300 000 GBP. However, this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs. These devices will be used to allow Rotherham MBC to refresh its current laptop portfolio as such Rotherham MBC will order devices in small quantities as and when required, it will not be looking to order all the devices in 1 go. This tender will be split into Lots. Rotherham MBC would prefer to purchase all lots from 1 supplier, however, it will be willing to purchase from different suppliers, if this proves best value. The lots cover the following areas:
1. Lot 1 - Business Class Work Horse,
2. Lot 2 - Executive Class High End Device,
3. Lot 3 - Hybrid Tablet Device.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Everyday Work Laptop1)Short description
This lot covers the purchase of a ‘workhorse’ level laptop device. This device should be able to undertake office based tasked and will be used by the majority of the staff in RMBC.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
This lot covers the purchase of a ‘workhorse’ level laptop device. This device should be able to undertake office based tasks and will be used by then majority of the staff in RMBC.
The estimated quantity to be ordered are:
1. 2016/2017 900-1620,
2. 2017/2018 360-495,
3. 2018/2019 250-350.
However, this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs.
4)Indication about different date for duration of contract or starting/completionDuration in months: 0 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Enterprise Class Laptop1)Short description
This lot covers the purchase of a enterprise level laptop device. This device should be able to a higher specification device capable of undertaking office based tasks and more intensive tasks.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
This lot covers the purchase of a ‘workhorse’ level laptop device. This device should be able to undertake office based tasked and will be used by then majority of the staff in RMBC.
The estimated quantity to be order are:
1. 2016/2017 900-1620,
2. 2017/2018 360-495,
3. 2018/2019 250-350.
However, this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs.
4)Indication about different date for duration of contract or starting/completionDuration in months: 0 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Tablet/Laptop Hybrid1)Short description
This lot covers the purchase of a tablet/laptop hybrid. This device should be capable of undertaking office based tasks.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
This lot covers the purchase of a tablet/laptop hybrid. This device should be capable of undertaking office based tasks.
The estimated quantity to be order are:
1. 2016/2017 900-1620,
2. 2017/2018 360-495,
3. 2018/2019 250-350.
However, this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs.
4)Indication about different date for duration of contract or starting/completionDuration in months: 0 (from the award of the contract)
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in the tender documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the tender documents.
Minimum level(s) of standards possibly required: As detailed in the tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in the tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse 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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
15-099
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 4.11.2015 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate4.11.2015 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresSimon Bradley
Riverside House Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail:
Body responsible for mediation procedures
Simon Bradley
Riverside House Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail:
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedSimon Bradley
Riverside House Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail:
VI.5)Date of dispatch of this notice:24.9.2015