CT1082 - iPad and Mobile Device Repairs Framework

Complete

Buyers

Value

£960,000

Classifications

  • Repair of information technology equipment
  • Maintenance and repair of information technology equipment
  • Information technology services
  • Maintenance and repair of computer equipment

Tags

  • tender

Submission Deadline

2 years ago

Published

2 years ago

Description

The City of Edinburgh Council (the Council) requires access to an efficient repair service for its Apple iPhone and iPad assets belonging to approximately 145 schools/early years centres within the Edinburgh boundary. The quantity count of our Apple devices is approximately 44,000 iPads of various models and 3,500 iPhones of various models. This service will include the collection, repair and drop off of iPads. The Council intends to create a ranked Framework Agreement for a duration of four years. This framework will run for an initial period of two years, with the option to extend for a further 12 months plus 12 months, undertaken at the sole discretion of the Council. The Council does not guarantee any volume of service during the length of the framework. It is expected that there will be up to 5 Service Providers awarded on this framework.
It is expected that there will be a demand of between 60 and 90 iPads to repair per month. It is anticipated that most repairs will be screen replacements, however the supplier must have the knowledge, skill and capacity to carry out more complex repairs if required. Repairs should be done using high quality replacement parts. For all repairs, it is expected that each device is collected, repaired, and returned within 5 working days.

Similar Contracts

Open

Home Office English Language Testing (HOELT) Services

The Home Office English Language Test (HOELT) Programme vision is to deliver a best-in-class language testing service, underpinned by automation and efficiency to enable critical UK Visa and Immigration decision making. To do this, we need to deliver a secure, accessible and fair English Language Testing service for our customers.   This procurement seeks a fully remote language testing service, balancing continuity with improvements and transformation. HOELT will move to a digital-by-default approach, while upholding the rigorous standards necessary to support our immigration decisions. The successful provider will deliver a service that combines technological innovation with security assurance, enabling customers to demonstrate their English language skills with confidence and convenience throughout their UK immigration journey.  Overview of the Service: The Supplier shall provide a fully managed Remote Testing service.  HOELTs shall be delivered securely in any location where the Customer chooses to take the test, provided secure test conditions are met.  The HOELTs shall be available in two formats:   2-Facet: Speaking and Listening (A1 and A2)   4-Facet: Speaking, Listening, Reading, and Writing (A1 to C2)  The HOELT Fees shall be regulated, as determined by the Authority. All HOELT scores shall map clearly to CEFR levels A1 to C2, as published by the Council of Europe.  Authority recognises that there is significant uncertainty regarding future demand for English Language Testing (ELT) services in each country and location, the advertised contract value must be concidered in this context. This uncertainty arises from a combination of factors, including:  Ongoing changes to UK immigration policy following the Immigration White Paper;  The transition to a new contracting model for the delivery of ELT services;  Broader external influences such as global events, geopolitical developments, environmental disruptions, and demographic shifts.  Given this context, the Authority is unable to provide indicative forecasts or guarantees regarding future test volumes. The Service must therefore be demonstrably scalable and responsive to fluctuations in demand, both increases and decreases. The Supplier shall proactively manage changes in demand and demonstrate flexibility in adapting to evolving Service requirements throughout the Term. Please note, five Requests for Information (RFIs) have been run as part of market engagement to inform this procurement. Links to the notices published in relation to the market engagement are below for further information: RFI 1: https://www.find-tender.service.gov.uk/Notice/027422-2024 RF 2: https://www.find-tender.service.gov.uk/Notice/035979-2024 RFI 3: https://www.find-tender.service.gov.uk/Notice/014337-2025 RFI 4: https://www.find-tender.service.gov.uk/Notice/036839-2025 RFI 5: https://www.find-tender.service.gov.uk/Notice/054810-2025

Katy Reed

Published 5 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete