Tech Devices - LINK4

Award

Description

NHS Shared Business Services Limited (NHS SBS) and North of England Commercial Procurement Collaborative (NOE CPC) act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS and NOE CPC authorises to use the resulting Framework.

NHS SBS and NOE CPC are working in collaboration with each other and this Framework Agreement for the provision of Tech Devices - Link 4 and related Goods and Services is to be used by Approved Organisations. This framework replaces the existing IT Hardware and Services framework (Link3) / Digital Workplace: Hardware (Link3) framework.

Approved Organisation lists can be found on: NHS SBS - https://www.sbs.nhs.uk/supplier-information/framework-agreements/ NOE CPC - Eligible Entities | NOE CPC. This framework will be for 36 months with the option to extend for a period up to 12 months.

The framework agreement is split into 4 Lots. 

The framework encompasses the supply and associated services that cover all end user IT hardware device requirements including, and not limited to, desktop PCs, laptops/notebooks, mobile devices (including tablet devices and mobile phones), specialist healthcare-related IT Hardware such as laptop carts and clinical displays for IT Hardware and printing and scanning devices. The framework incorporates the supply of new, refurbished and remanufactured devices.

The Lots are:

Lot 1: Tech Devices, Peripherals and Associated Services (One Stop Shop)
Lot 2: Specialist Healthcare Related IT Hardware
Lot 3: Printing and Scanning Devices
Lot 4: Refurbished and Remanufactured Devices


Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC"), for itself and acting as agent for the Participating Organisations
Don Valley House,
Savile Street East
Sheffield
S4 7UQ
[email protected]

NHS Shared Business Services Limited
Three Cherry Trees Lane
Hemel Hempstead
Hertfordshire
HP2 7AH
[email protected]

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Real Time Passenger Information System Upgrade & Ongoing Support

Plymouth City Council ("The Authority") is seeking suitably qualified and experienced suppliers to tender for the replacement of the city's Real-Time Passenger Information (RTPI) system to include Traffic Light Priority (TLP). This project forms a key part of the Authority's commitment to improving public transport infrastructure and enhancing the passenger experience within the city of Plymouth. The successful Supplier will be responsible for the supply, installation, and commissioning of the following components: • in-shelter displays. • pole-mounted displays. • additional displays at various key sites across the city of Plymouth. The system must be fully integrated and capable of delivering accurate, real-time information to passengers across the city of Plymouth. The contract will include ongoing support and maintenance for both hardware and software throughout the contract term, provision of all necessary data feeds to ensure accurate and timely information delivery, a web-based back-office system to enable the Authority to monitor system performance and manage display content, including manual overrides where necessary. A comprehensive reporting package must be provided to monitor and report on system performance, support compliance with targets set out in the Bus Service Improvement Plan (BSIP) and other Department for Transport (DfT) requirements, and also be adaptable to future changes in reporting needs and performance metrics for the duration of the contract. The solution must be scalable and flexible to accommodate future technological developments, policy changes, and evolving user needs.

Katy Reed

Published 3 days ago
Open

Space Technology Solutions

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Katy Reed

Published 1 month ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete