SlideShare uma empresa Scribd logo
1 de 26
Baixar para ler offline
working in partnership 
working in partnership 
Technology Products RM1054 
Customer and supplier toolkit guidance 
4192-14 (Nov 14) 
working in partnership 
working in partnership 
working in partnership 
working in partnership
contents 
01. Purpose 03 
02. Key information when reading this document 04 
03. Collaboration with the Ministry of Defence and Pro5 05 
04. Benefits 06 
05. Contract duration, value & eligible customers 08 
06. Agreement scope and lot structure 09 
07. Supplier matrix 11 
08. Pricing 13 
09. How to use the agreement 13 
10. Pre-market engagement 14 
11. Timescales 15 
12. Award options 16 
13. Procurement routes and tools 20 
14. Award criteria 21 
15. Finalising the call-off 23 
16. Terms and conditions 23 
17. Key tips when managing a further competition 24 
18. Feedback and contact details 26 
Note: To access the Annex information, please use the WinZip folder located in the Documents tab on the website here
1 Purpose 
1.1 This guidance document is intended to 
serve three purposes: 
1.1.1 It provides customers with guidance on 
how to utilise the Technology Products 
agreement and associated catalogue. Its 
main purpose is to help those who have not 
previously used our agreements, although 
experienced procurement professionals 
may still find the guidance useful; 
1.1.2 It sets out actions that customers are 
required to take in order to enter into call-off 
agreements under this agreement; and 
1.1.3 It informs agreement suppliers of the various 
processes that customers will follow to 
obtain goods and/or services under the 
agreement. 
03
04 
2 Key information when reading 
this document 
2.1 Frequently asked questions (FAQs) – 
As we developed the agreement we 
collated a number of FAQs which we have 
provided a detailed response to. Should 
you have a question on the agreement 
please read the FAQs document (Annex 
G) in the first instance. 
2.2 Further competition process – we 
have developed draft further competition 
documentation (Annex D) that you 
can tailor to suit your organisations 
requirements. 
We have developed call-off contracts 
specific to the agreement that include 
standard clauses that all suppliers have 
agreed to. The text highlighted in yellow 
and in square brackets[ ] needs to be 
considered by the customer. Should 
you wish to amend these you will need 
to detail what elements you wish to 
amend within your further competition 
documentation. 
2.3 Timescales – it is important that 
you allow suppliers sufficient time to 
respond to your further competition. For 
a recommended timetable and notes, 
please see section 11.
305 
3 Collaboration with the 
Ministry of Defence and Pro5 
3.1 Rather than having separate competing 
agreements we pooled resources with 
the Ministry of Defence and Pro5 and 
worked collaboratively on the Technology 
Products agreement. This agreement is a 
direct result of that collaboration. The key 
drivers for the partnership are: 
3.1.1 To aggregate requirements and 
spend to exert maximum leverage 
on the market, with the aim of 
delivering efficiencies and cost 
savings to customers; 
3.1.2 To reduce procurement process 
costs for customers and suppliers 
by providing a quick and efficient 
route to market s in line with EU 
regulations; 
3.1.3 To provide a robust product/service 
offering to all customers; 
3.1.4 To share and increase knowledge 
across the collaborative partners; 
and 
3.1.5 It makes sense. 
3.2 Further information on our role can be 
found here 
3.3 Pro5 is a collaborative procurement 
hub of consisting of the North East 
Purchasing Organisation (NEPO), the 
Yorksire Purchasing Organisation (YPO), 
the Central Buying Consortium (CBC), the 
Eastern Shires Purchasing Organisation 
(ESPO) which are all public sector 
purchasing consortia governed by local 
authorities. Further information on the role 
of Pro5 can be found here
06 
4 Benefits 
4.1 The benefits of using the agreement 
to procure your commodity hardware, 
software and/or services include: 
4.1.1 Reduced timescales – Customers do 
not need to run a full OJEU procurement 
if procuring via this agreement, as this has 
already been undertaken by the Crown 
Commercial Service, Ministry of Defence 
and Pro5. Customers will simply need to 
identify their requirements, present these 
to the market and award a contract. 
For lower value purchases the suppliers to 
this agreement will be providing content to 
the Technology Catalogue. 
Suppliers will also benefit from these 
revised timescales, as they only need to 
complete one OJEU procurement process. 
4.1.2 Ease of use – The agreement is 
simple to use, with expert procurement 
advice available. 
The catalogue is a simple self-service 
method of purchasing. 
4.1.3 Choice of supplier –. The 
agreement offers an excellent choice 
in suppliers (36) ranging from large 
multinationals to British SMEs. 
Having selected the relevant lot for your 
procurement, you should, initially, invite all 
suppliers within that lot to bid. See Section 
12 for further information on running a 
further competition or Direct Awarding. 
The number of suppliers within a lot 
should not be a deterrent. You may not 
receive quotes or proposals from all 
agreement suppliers. Experience shows 
this is highly unlikely. 
Agreement suppliers are required to 
provide a response to calls for further 
competition (though are not obliged to 
bid). This provides you with the necessary 
audit trail showing compliance with 
procurement law. 
Suppliers responding in the negative play 
no further part in your procurement. If 
you are concerned that you may receive 
more bids than you have the resources to 
deal with you are able to issue a Request 
for Information (RFI) prior to running 
the further competition and this allows 
suppliers to opt out of bidding. Please 
note only those suppliers who respond 
negatively to the RFI should be eliminated. 
A non-response to the RFI does not 
constitute a negative. Please see ‘Section 
10 Pre-Market Engagement’. 
Suppliers who choose not to bid do so for 
a number of reasons. These may include 
your risk profile, not allowing sufficient 
timescales for your further competition, 
specialist markets 
or preferential reseller pricing. Early 
pre-market engagement (see section 10) 
will help increase choice in supplier.
07 
4.1.4 Legality – The agreement is fully 
legal and in line with EU regulations, as 
EU procurement rules introduced in 2006 
specifically recognise agreements as a 
legitimate route to market. This reduces 
procurement risk for customers, and 
reduces bureaucracy in the procurement 
process. 
4.1.5 Template documentation – 
Standard templates have been developed 
and are available for customers to utilise if 
they wish, which again reduce timescales 
and procurement risk. These can be 
found in Annexes E, F and I. 
4.1.6 Assured supplier standards 
– Suppliers appointed onto this 
agreement are ‘pre-qualified’ as to their 
general suitability. This means when 
buying services from them, customers 
are assured that they can meet the 
appropriate standards in the provision of 
goods and/or services. 
4.1.7 Aggregation of spend – 
Customers will receive the benefits of 
an aggregated volume of spend and the 
benefits associated with an increased 
leverage on the market. Customers 
can also work together to group their 
requirements and submit these together 
as one further competition. Crown 
Commercial Service has an Aggregation 
Team that will be happy to help you 
with this. 
4.1.8 Pre-defined Terms and 
Conditions – Terms and conditions of 
contract have been established for each 
lot. For Lots 1, 2 and 3, where solutions 
can be procured, there are Goods and 
Services call-off terms. For Lot 4 and 
commodity only procurements under 
Lots 1, 2 and 3, use the Goods Only 
call-off terms. All agreement suppliers 
have signed and accepted this agreement 
and terms and conditions of call-off. Only 
comments in square brackets [ ] can be 
amended and this is to be agreed by the 
chosen supplier and customer.
308 
5 Contract duration, value and 
eligible customers 
5.1 The agreement will cover the period from 
17/11/2014 to 16/11/2016. 
5.2 While you can enter into long term 
agreements (LTAs) under this agreement 
for their specific requirements, you should 
consider the business impact, benefits 
realisation and risks when structuring 
an LTA. 
5.3 The OJEU value for this procurement 
was set at £6,000,000,000 therefore 
customers can procure anything included 
within the scope of the agreement up to 
this value. The OJEU can be found here 
Customers who anticipate their 
procurement requirement value will be 
very high are asked to engage with the 
relevant contact named in Section 22 of 
this guidance document to discuss the 
procurement further. 
5.4 The agreement is available to all 
public sector bodies, including central 
government and the wider public sector, 
social housing organisations, and 
voluntary and community sector bodies. 
5.5 If you have any questions, you are able to 
contact the Crown Commercial Service 
helpdesk for further clarity. Please email 
info@ccs.gsi.gov.uk, stating your 
organisation name and explain your query.
309 
6 Agreement scope and lot structure 
The Agreement has the following lots, each 
with its own scope: 
6.1 Lot 1: Technology Hardware 
6.1.1 The purpose of this lot is to provide 
a route for requirements involving 
hardware goods, associated software for 
service/solution delivery, and service wrap 
(i.e. the hands-on services associated 
with installations and other ‘close to the 
box’ services). This lot may be used for 
volume requirements and anticipated 
savings will be achieved through supplier 
competition where suppliers offer different 
solutions against an output based 
specification generated by a customer. 
Suppliers will be ‘vendor neutral’ and 
offering a wide choice of technologies. 
‘Off-the-Shelf’ products may be 
purchased via this lot either in volume 
or in low numbers providing for access 
to a wide range of products. This lot will 
also allow customers, via competition, 
to appoint a single supplier for a defined 
range of goods over a given period to 
reduce time and cost associated with 
regular requests for quotations (this is 
particularly a wider public sector need 
for smaller organisations with limited 
resource). 
6.2 Lot 2: Packaged Software 
6.2.1 The purpose of this lot is to provide 
a route for purchasing commoditised, 
packaged software requirements through 
specialist channel partners. This will allow 
customers to purchase commoditised 
software and associated hardware (where 
the hardware is intrinsically linked to the 
requirement) with the main focus being for 
packaged software. 
This lot may be used for volume 
requirements and for the supply of 
the full range of commercial and open 
source off-the-shelf software, software 
licenses and associated software services 
including software asset management. 
We anticipate savings will be achieved 
through supplier competition where 
suppliers offer different solutions against 
an output based specification generated 
by a customer. 
Low volume/value requirements will 
be available through the Technology 
Catalogue.
310 
6.3 Lot 3: Secure Technology Products 
and Disposals 
6.3.1 This lot is aimed at suppliers of 
commoditised technology products that 
are capable of meeting specific protective, 
Information Assurance requirements. 
This lot is required by the Ministry Of 
Defence (and other parts of government 
concerned with high levels of security at 
product level and in the supply-chain). 
In some cases the products will be similar 
to those purchased under lots 1 and 2 
but in these instances the goods may be 
deployed in an environment that requires 
a high degree of supply-chain security 
protection. 
Cryptographic materials and CESG 
‘Claims Tested Mark’ products will be 
purchased primarily from these suppliers. 
Secure data destruction and disposal 
services (including ‘Accredited’ facilities 
to ensure secure data destruction and 
disposal facilities, both on and off-site) will 
be included. 
The suppliers under this lot will be 
accredited to List-X status following 
award of the agreement where they do 
not currently have this accreditation. 
6.4 Lot 4: User Devices 
6.4.1 The purpose of this lot is to provide 
a route for customers to procure (high) 
volume client devices (including: desktop 
PCs, laptops, tablets, thin clients) 
with minimal service wrap. Service are 
primarily limited to those available on the 
equipment production line and as part of 
the standard build). 
This lot will be used (but not exclusively) 
by us to provide a Managed Procurement 
Service for commonly purchased 
commodity hardware devices, 
delivering aggregated requirements 
and standardised specifications (where 
possible), in particular supporting greater 
use of eAuctions. The User Devices lot will 
deliver the greatest savings through this 
agreement with evidence from previous 
eAuctions demonstrating savings in the 
region of 16%. Savings of 20% can be 
achieved through committing volumes. 
This lot will remove distributor/reseller 
margin and simplify the purchasing 
process by allowing most requirements 
to come straight off the equipment 
production line. This will, therefore, 
remove the costs associated with the 
standard UK supply chain (involving 
distributors and resellers).
11 
7 Supplier matrix 
7.1 The supplier matrix is a live document 
that provides customers with detailed 
information on the agreement suppliers, 
including: 
7.1.1 The name of each supplier on each 
lot under the agreement; 
7.1.2 Whether they are an SME; 
7.2 The information listed in the supplier 
matrix can then be used to pre-select the 
group of suppliers that you invite to your 
further competition. 
You will only need to invite suppliers that 
can meet your full requirements, i.e. only 
those on the lot that you will be running 
the procurement under.
12 
7.3 Customers must access the supplier matrix before issuing their further competition 
documentation to ensure all eligible suppliers are include 
Lot 1 Lot 2 Lot 3 Lot 4 
Supplier 
Technology 
Hardware 
Packaged 
Software 
Secure 
Technology 
Products 
User 
Devices SME? 
Acer P 
Akhter P P 1 
ANS Group PLC P 1 
Bull Information Systems P 
Bytes Software P 
Centerprise P P P 1 
Comparex P 1 
Computacenter P P P 
Dell P 
Ergo Computing P 1 
Esteem Systems P 1 
European Electronique P P 1 
Fujitsu Services P 
HP Enterprise Services P 
Insight Direct P P 
Kelway International P P P 
Lenovo P 
Logicalis P 
Maindec P 1 
Misco UK Ltd P 
Novatech P 1 
Novosco P 1 
Pervasive Networks P 1 
Phoenix Software P 1 
Probrand Ltd P 1 
Samsung P 
SCC P P P 
Softcat Ltd P P P 
Software Box P P P 1 
Stone Computers P 1 
Storm Technology P 
Supplies Team Ltd P 
Toshiba P 
Trustmarque P 1 
Viglen P P 
XMA Ltd P 
Total 36 20 15 7 10 16 
Total SMEs 16 
Total SME as % 44%
13 
8 Pricing 
8.1 For lots 1, 2 and 3 suppliers have 
submitted maximum day rates which 
are available on demand from CCS. 
Please contacts the CCS help desk 
info@ccs.gsi.gov.uk 
8.2 The pricing information provided is only a 
maximum baseline. Customers that run 
a further competition might obtain lower 
prices specific to their requirement. 
9 How to use the agreement 
9.1 This agreement can be accessed in 
a number of different ways, based on 
different factors including customer 
requirements, customer size, customer 
drivers and targets, customer market 
knowledge, and customer preference. 
Please use the Procurement Decision Tree 
tool in Annex H for help accessing the 
agreement. 
9.2 Customers must procure their 
requirements in accordance with the 
procedures in this guidance and the 
requirements of the regulations. 
9.3 All customers must undertake the 
following steps: 
9.3.1 Review this guidance 
documentation, the further competition 
guidance (Annex D) and the Procurement 
Decision Tree (Annex H); 
9.3.2 Determine your requirement (this 
can be for commodity goods, a number 
of support services, or any combination of 
the above); and 
9.3.3 Determine the best route for your 
procurement, and action this in line with 
the parameters outlined in the sections 
below.
14 
10 Pre-market engagement 
10.1 Pre-market engagement (i.e. engaging 
with the agreement supply base 
prior to issuing further competition 
documentation) is permitted under the 
agreement. Indeed, this pre-market 
engagement is welcomed by the supply 
base and is a useful tool for customers to: 
1. determine the best procurement route 
2. ask suppliers questions to help you 
define your requirement 
3. allow for innovation and supplier 
expertise to help you refine your 
requirement 
4. assess suppliers interested in 
competing for your requirement 
When running a further competition, 
pre-market engagement is also useful to 
determine exactly what information needs 
to be included in your requirement to 
obtain the best proposals from the 
supply base. 
10.2 If engaging with the market prior to 
awarding a contract, you should ensure 
that you complete this exercise on a fair, 
open, and transparent basis (i.e. allow 
the opportunity for engagement with all 
suppliers on the agreement, and provide 
all suppliers with the same information 
during the pre-market engagement 
exercise. 
10.3 To engage with the market via a Request 
for Information (RFI), you can either email 
the suppliers directly using the contact 
details available on the supplier matrix, or 
utilise the free Crown Commercial Service 
eSourcing tool. 
10.4 We recommend the following format for 
engaging with the market: 
1. Call a plenary meeting with all 
interested suppliers 
2. Present your initial requirements 
along with all available due-diligence 
information 
3. Have a question and answer session 
4. Invite suppliers to one-to-one meetings 
to explore your requirement further. 
10.5 Pre-market engagement is not necessary 
when purchasing via the catalogue route.
15 
11 Timescales 
11.1 Allowing sufficient time for suppliers to 
consider and respond to your further 
competition is imperative. This section 
provides some hints for your further 
competition. Please note these are a 
guide and should be amended to reflect 
your requirement. Some helpful hints are: 
11.1.2 During peak times (for example the 
quarterly financial periods with the main 
one being March) of the year you may 
wish to bring forward or delay your further 
competition process; 
11.1.3 Allow sufficient time for bidders to 
consider your response, should further 
clarifications be required on your response 
you may wish to extend your closing date; 
and 
11.1.4 You should include a standstill 
period for above OJEU purchases 
11.1.5 There is no requirement to place 
a Contract Award Notice in the European 
Journal following call-off from a framework 
agreement. Please see section 15.
16 
12 Awards options 
12.1 Direct ordering without a further 
competition 
12.2. If a Contracting Body can determine that: 
12.2.1 its Goods and/or Services 
Requirements can be met by the 
Agreement Supplier’s catalogue/ 
description of the Goods and/or Services 
and is in scope of the agreement as set 
out in Section 6); and 
12.2.2 all of the terms of the proposed 
Call Off Agreement are laid down in the 
model contract and the Template Call 
Off Terms do not require amendment or 
any supplementary terms and conditions 
(other than the inclusion of optional 
provisions already provided for in the 
Template Call Off Terms); 
12.2.3 then the Contracting Body may award 
a Call Off Agreement in accordance with 
the procedure set out in paragraph 12.2.4. 
12.2.4 Subject to paragraph 12.2 above any 
Contracting Body awarding a Call Off 
Agreement under this Agreement without 
holding a further competition shall: 
12.2.4.1 develop a clear Statement of 
Requirements; 
12.2.4.2 apply the Direct Award Criteria 
to the catalogue of the Goods and/ 
or Services for all Suppliers capable of 
meeting the Statement of Requirements in 
order to establish which of the Agreement 
Suppliers provides the most economically 
advantageous solution. 
12.2.4.3 on the basis set out above, 
award its Call Off Agreement to the 
successful Agreement Supplier. 
12.2.4.4 Further details on how the use 
the catalogue can be found here LINK 
12.2.5 When direct awarding customers need 
to ensure that the procurement has 
been carried out within EU procurement 
regulations. If there is any doubt 
customers are advised to seek their own 
legal advice.
17 
12.3 Further Competition 
12.3. If all of the terms of the proposed Call Off 
Agreement are not laid down in the model 
contract and a Contracting Body: 
12.3.1 requires the Supplier to develop 
proposals or a solution in respect of such 
Contracting Body’s Goods and/or Services 
Requirements; and/or; 
12.3.2 needs to amend or refine the 
Template Call Off Terms to reflect its 
Goods and/or Services Requirements to 
the extent permitted by and in accordance 
with the Regulations and Guidance; 
12.3.3 then the Contracting Body shall 
award a Call Off Agreement in accordance 
with the Further Competition Procedure 
set out in paragraph 12.3.4 below. 
12.3.4 Any Contracting Body awarding a 
Call Off Agreement under this Agreement 
through a Further Competition Procedure 
shall: 
12.3.4.1 develop a Statement of 
Requirements setting out its requirements 
for the Goods and/or Services including 
Service Levels and Performance 
Monitoring (as defined in the Call Off 
Agreement) and identify the Agreement 
Suppliers capable of supplying the Goods 
and/or Services; 
12.3.4.2 amend or refine the Template 
Call Off Form and Template Call Off 
Terms to reflect its Goods and/or Services 
Requirements only to the extent permitted 
by and in accordance with the requirements 
of the Regulations and Guidance; 
12.3.4.3 invite tenders by conducting 
a Further Competition Procedure for its 
Goods and/or Services Requirements 
in accordance with the Regulations and 
Guidance and in particular: 
12.3.4.4 if an eAuction is to be held the 
Contracting Body are advised to contact 
the Crown Commercial Service for 
guidance on carrying out said eAuction ; or 
12.3.4.5 if an eAuction is not used, the 
Contracting Body shall: 
12.3.4.6 invite the Agreement Suppliers to 
submit a tender for each proposed Call Off 
Agreement to be awarded by giving written 
notice (by email or electronic means such 
as on line tendering systems or by using 
the Crown Commercial Service eSourcing 
tool) to the relevant Supplier Representative 
of each Agreement Supplier; 
12.3.4.7 set a time limit for the receipt by 
it of the tenders which takes into account 
factors such as the complexity of the subject 
matter of the proposed Call Off Agreement 
and the time needed to submit tenders; and 
12.3.4.8 keep each tender confidential 
until the time limit set out for the return of 
tenders has expired. 
12.3.4.9 apply the Further Competition 
Award Criteria to the Agreement Suppliers’ 
compliant tenders submitted through the 
Further Competition Procedure as the 
basis of its decision to award a Call Off 
Agreement for its Goods and/or Services 
Requirements; 
12.3.4.10 on the basis set out above, 
award its Call Off Agreement to the 
successful Agreement Supplier.
18 
12.3.5 customers are advised to provide 
as detailed and accurate information as 
possible, and should ensure a level playing 
field through the actual procurement 
period, and provide all suppliers with the 
same information. 
12.3.6 As a minimum you should give 
suppliers enough working days to turn 
a tender bid around. For more complex 
procurements and at peak times (for 
example, the quarter periods with the 
main one being March) during the year 
this time may need to be extended and it 
is recommended that you speak with the 
suppliers; 
12.3.7 Suppliers can opt to decline to bid 
if they wish; and 
12.3.6 Guidance on the parameters for 
running a further competition under a 
agreement can be found in Annex D. 
12.4 Advantages of Direct Award include: 
12.4.1 Contracts may be entered into 
more quickly than when competitions are 
conducted. 
12.4.2 No need to re-engage the market 
and subsequently evaluate suppliers again. 
12.4.3 A specification doesn’t need to 
be written – the core output specification 
can be used coupled with suppliers ITT 
responses. 
12.5 Advantages of Further Competitions 
include: 
12.5.1 Customers can add to the 
core specification if they have varying 
requirements. 
12.5.2 Only need to evaluate suppliers on 
their service delivery and price – qualifying 
criteria has already been evaluated. 
12.5.3 Weightings can be varied to reflect 
the customer’s particular circumstances, 
see section 14.2. 
12.5.4 The call-off terms and conditions 
can be modified appropriately (but not 
substantively), including the use of Special 
Terms. (You should seek your own legal 
advice when modifying or adding to terms 
and conditions).
19 
12.6 What happens once a supplier has 
been awarded? 
12.6.1 You must complete the award by 
sending (including electronically) a signed 
order form substantially in the form of the 
Template Order Form set out in Annexes B 
and C (Template Order Form and Template 
Call Off Terms). The Parties agree that any 
document or communication (including 
any document or communication in the 
apparent form of a Call Off Agreement) 
which is not as described in this paragraph 
shall not constitute a Call Off Agreement 
under this Agreement. 
12.6.2 Technology Products has two 
model order forms that can be used; one 
for ordering goods and/or services (Form 
A) and one for ordering goods only (Form 
B). Please ensure the correct Model Order 
Form or terms are used for the appropriate 
procurement. These can be found in the 
Model Contract. 
12.6.3 On receipt of an order form as 
described above from a Contracting Body 
the Supplier shall; (a) accept the Call 
Off Agreement by promptly signing and 
returning (including by electronic means) a 
copy of the order form to the Contracting 
Body concerned. 
12.6.4 On receipt of the signed order form 
from the Supplier, the Contracting Body 
shall send (including by electronic means) 
a written notice of receipt to the Supplier 
within two (2) Working Days and a Call Off 
Agreement shall be formed.
20 
13 Procurement routes and tools 
13.1 You can make contact via email, via the 
eSourcing tool, or via any other portal. 
13.2 The eSourcing tool: 
13.2.1 When running a further 
competition under our agreements, you 
are able to utilise our eSourcing tool. This 
is a free online procurement tool to help 
you manage your further competitions, 
creating a clear audit trail and supporting 
the delivery of the further competition 
in line with the EU regulations. Further 
information and access to the eSourcing 
tool can be found here 
13.2.2 If you run a further competition 
via the eSourcing tool include your 
organisation name in the title for example 
Council ABC as this will allow a supplier to 
identify which messages relates to which 
project. 
13.2.3 If you wish to find out more about 
the system, its capabilities, and the 
benefits of using this, please contact the 
eEnablement team at 
eEnablement@ccs.gsi.gov.uk 
13.3 Technology Catalogue 
13.3.1 The catalogue offers two methods 
of searching for your product 
• Primary search by product type 
(e.g. notebook) 
• Category search by UNSPSC code 
13.3.2 Results can be filtered – default is 
lowest price order 
13.3.3 Results can be compared to check 
product details against requirements 
13.3.4 Select product to be purhcased 
and proceed to checkout
14 Award criteria 
14.1 When running a procurement, customers 
should award on the basis of the most 
economically advantageous tender 
and must provide suppliers with the 
methodology behind the evaluation, 
including the evaluation criteria and 
the weightings that are applied to 
each criterion. 
14.1.1 Items listed on the catalogue are 
likely to be similar in terms of quality and 
consequently achieve a maximum quality 
score. The determining factor, in practice, 
is therefore likely to be a price driven 
decision within the 40% maximum that 
can applied in direct award. 
14.2 Under this agreement, the following 
weighting criteria should be applied: 
Part A: Direct award 
The following criteria and weightings shall be applied to the Agreement Suppliers' compliant tenders 
submitted through direct award. The criteria are in no particular order of importance. 
Criteria 
Number 
Criteria - ranked in order of importance 
Percentage Weightings (or rank order of 
importance where applicable) - to be set by the 
Contracting Body conducting the direct award 
1 
Price (life cycle costs, cost effectiveness & price; 
price and running costs) 
10-40% 
2 
Quality (including delivery time, sales service, good 
value, accessories, service fitness for purpose) 
60-90% 
21
Part B: Further Competition Award Criteria 
The following criteria shall be applied to the Goods and/or Services set out in the Suppliers’ 
compliant tenders submitted through the Further Competition Procedure. The criteria are in no 
particular order of importance. 
14.3 Customers are able to split the price and 
quality scores within the parameters set 
out in 14.2, ensuring that they equal 100%. 
14.4 On all documentation you will need 
to include the agreement reference of 
RM1054. 
14.5 Typical examples of sub criteria within price 
and quality that customers may opt to utilise 
when drafting their further competition may 
include (but is not limited to): 
14.5.1 Quality - delivery time, sales 
service, good value, accessories, service 
fitness for purpose. 
14.5.2 Price – life cycle costs, cost 
effectiveness & price; price and running 
costs 
14.6 The procurement process adopted at 
tender stage was based upon the Open 
tendering procedure as detailed in the 
European Communities Combined 
Directive (2004/18/EC). 
Developing your market presentation 
14.7 Customers must provide the suppliers 
with a minimum set of information that 
can be used to help to calculate your 
price effectively. 
14.8 This minimum dataset is by no means 
the complete suite of information 
that suppliers will require. As each 
procurement is different, suppliers may 
ask for further information. 
eAuctions 
14.9 Electronic reverse auctions can 
be undertaken as part of a further 
competition under all lots. 
14.10 Our eAuction team can support you in this, 
and even run and manage the eAuction for 
you, completely free of charge. 
14.11 Please contact the Technology Products 
team via the helpdesk in the first 
instance if you wish to find out additional 
information (info@ccs.gsi.gov.uk or call 
0345 410 2222). 
Criteria 
Number 
Criteria 
Percentage Weightings (or rank order of 
importance where applicable) - to be set by 
the Contracting Body conducting the further 
competition - examples below (which in total 
should add up to 100%): 
1 
Quality (including delivery time, sales service, good 
value, accessories, service fitness for purpose) 
60-90% 
2 Price 10-40% 
22
15 Finalising the call-off 
15.1 Once you have made a decision to award, 
for further competitions above the OJEU 
threshold, customers should run a ten 
day standstill period. Customers should 
send out an intention to award letter to 
all suppliers that submitted a tender. 
The letters to unsuccessful suppliers 
should provide a debrief of the scores 
awarded for each weighted criteria 
compared to the successful supplier and 
a rationale for each score. The rationale 
should be objective, and care needs to 
be taken to ensure that the scores and 
rationale is in line with your original tender 
documentation. Template letters can be 
found in Annexes E and F. 
15.2 Once the ten day alcatel period is 
complete, without challenge, customers 
must instruct the supplier. This should be 
done by completing the order (Annexes B 
and C). 
15.3 Advice on this can be obtained by the 
contact named in Section 22. 
16 Terms and conditions 
16.1 We have developed call-off contracts 
specific to the agreement that include 
standard clauses that all suppliers have 
agreed to (Annexes B and C). The text 
highlighted in yellow and in square 
brackets[ ] needs to be considered 
by the customer. Should you wish to 
amend these you will need to detail what 
elements you wish to amend within your 
further competition documentation. 
16.2 Please note that when calling off via the 
agreement, Technology Products has 
call-off contracts each with a model order 
form that can be used; one for ordering 
goods only (Annex B) and one for ordering 
goods and/or service (Annex C). Please 
ensure the correct Model Order Form 
or terms are used for the appropriate 
procurement. 
16.3 Additional and alternative clauses can be 
found in Annex J 
23
17 Key tips when managing 
a further competition 
17.1 Before issuing the further competition 
documentation 
17.1.1 Review the agreement lots found 
in section 6 to establish whether your 
requirement is covered by this agreement; 
17.1.2 Contact the technology products 
team, using the contact listed in Section 
22; we are here to provide you with 
procurement advice as required; 
17.1.3 Ensure you have provided 
sufficient timescales to enable suppliers 
to evaluate your requirement. Further 
information on indicative timescales can 
be found in section 11; 
17.1.4 Engage with the supply base to 
help shape your requirement and ensure 
you have provided all relevant information. 
This will support you in delivering greater 
value for money. Further information 
on pre market engagement via the 
agreement can be found in section 10; 
17.1.5 Develop the statement of 
requirements that suit individual special 
terms, e.g. specific to the particular 
services that will be provided to meet 
a particular requirement under the 
agreement; 
17.1.6 Meet with the suppliers, where 
appropriate; 
17.1.7 Specify realistic levels of 
service and understand a customer’s 
responsibilities throughout; 
17.1.8 Vary the weighting of the criteria 
to suit local priorities, in line with the 
weightings provided in section 14.2; 
17.1.9 Use output-based specifications to 
encourage innovation; 
17.1.10 Involve key individuals and 
stakeholders as appropriate in the 
process; 
17.1.11 Develop your invitation to tender 
documentation and provide suppliers with 
upfront information and criteria explaining 
how the tenders will be evaluated. Standard 
template documentation is available in 
Annexes D to support you in this. 
24
17.2 During the further competition 
17.2.1 If contacting suppliers via email, 
ensure you inform them that you wish to 
procure under the Technology Products 
agreement – RM1054; 
17.2.2 Invite all capable suppliers within 
the appropriate lot of the agreement. 
Capability can be determined by 
assessing the supplier matrix; 
17.2.3 If contacting via email, only use the 
email addresses provided on the RM1054 
Web Page here. 
17.2.4 Allow sufficient time for a full and 
professionally prepared response from 
suppliers; 
17.2.5 Treat all participating suppliers 
fairly and equally throughout the entire 
competition process; 
17.2.6 Issue timely clarifications to 
questions and publish them in line with 
your further competition documentation 
to all participating suppliers. Ensure 
suppliers have sufficient time to consider 
your responses; 
17.3 Awarding the further competition 
17.3.1 Award to the supplier offering best 
value for money based on the award 
criteria based on the qualitative and 
commercial scores at further competition; 
17.3.2 Award in line with your further 
competition evaluation criteria; 
17.3.3 Provide feedback to all bidders. 
See Section 15 for further information; 
17.4 Don’t: 
17.4.1 Set unrealistic expectations. 
Undertake your pre market engagement 
to identify appropriate levels of service 
that the suppliers can actually deliver 
upon; 
17.4.2 Aim the specification at a particular 
supplier or their product range; 
17.4.3 Arbitrarily choose a reduced 
number of suppliers to receive tenders; 
17.4.4 Create specifications that are 
unfairly restrictive; 
17.4.5 Treat any supplier differently from 
the others. 
25
18 Feedback and contact details 
18.1 If you have any queries, or wish to discuss your requirement or the agreement in further detail, 
please contact 
Crown Commercial Service 
E: tecnologyproducts@ccs.gsi.gov.uk 
T: 0345 410 2222 
Pro5 
Central Buying Consortium (CBC) 
E: cbc-staff@hants.gov.uk 
W: www.hants.gov.uk/cbc 
Eastern Shire Purchasing Organisation 
(ESPO) 
Angela Course 
E: ICT@espo.org 
T: 0116 265 7946 
North East Procurement Organisation 
(NEPO) 
E: enquiries@nepoportal.org 
T: 0191 261 3940 
YPO 
E: IT.Services@ypo.co.uk 
Ian Summerscales 
T: 01924 885907 
Richard Ullyott 
T: 01924 836986 
18.2 If you would like to provide feedback relating to this agreement please get in touch with your 
preferred organisation using the details provided. Your query and feedback will be logged and 
discussed at the monthly performance meeting. Where required, your preferred contact will 
inform you of any changes that have been made in relation to your feedback. 
4192-14 (Nov 14) 
Norwich 
Rosebery Court 
St Andrews Business Park 
Norwich NR7 0HS 
Newport Room 2Y92 
Concept House 
Cardiff Road 
Newport NP10 8QQ 
Liverpool 9th Floor 
Capital Building 
Old Hall Street 
Liverpool L3 9PP 
London 
1 Horse Guards Road 
Westminster 
London SW1A 2HQ

Mais conteúdo relacionado

Semelhante a Technology Products RM1054 Customer Guidance

Rachael Colley - Excel in Health
Rachael Colley - Excel in HealthRachael Colley - Excel in Health
Rachael Colley - Excel in HealthInnovation Agency
 
Technology Services RM1058 Customer Guidance
Technology Services RM1058 Customer GuidanceTechnology Services RM1058 Customer Guidance
Technology Services RM1058 Customer GuidanceBen Morrison
 
project implimentation.-Three.Procurement.ppt
project implimentation.-Three.Procurement.pptproject implimentation.-Three.Procurement.ppt
project implimentation.-Three.Procurement.pptselam49
 
Business negotiations for purchasing and supply chain management
Business negotiations for purchasing and supply chain managementBusiness negotiations for purchasing and supply chain management
Business negotiations for purchasing and supply chain managementSajeena Justin
 
Pai 3-03
Pai 3-03Pai 3-03
Pai 3-03ypinada
 
An Inventory Control SystemYou sell seeds from a catalog, and bu.docx
An Inventory Control SystemYou sell seeds from a catalog, and bu.docxAn Inventory Control SystemYou sell seeds from a catalog, and bu.docx
An Inventory Control SystemYou sell seeds from a catalog, and bu.docxgalerussel59292
 
1661351055Unit 6 1058-V1 Purchase and Stores Management.pdf
1661351055Unit 6 1058-V1 Purchase and Stores Management.pdf1661351055Unit 6 1058-V1 Purchase and Stores Management.pdf
1661351055Unit 6 1058-V1 Purchase and Stores Management.pdfahsansaeed78
 
Understanding Pre Qualification Questionnaires
Understanding Pre Qualification QuestionnairesUnderstanding Pre Qualification Questionnaires
Understanding Pre Qualification QuestionnairesLloyd Sewell
 
RFP 19-07 Desktop-Laptop Leasing Refresh Program
RFP 19-07 Desktop-Laptop Leasing Refresh ProgramRFP 19-07 Desktop-Laptop Leasing Refresh Program
RFP 19-07 Desktop-Laptop Leasing Refresh ProgramWBDC of Florida
 
The International Journal of Engineering and Science (The IJES)
 The International Journal of Engineering and Science (The IJES) The International Journal of Engineering and Science (The IJES)
The International Journal of Engineering and Science (The IJES)theijes
 
Sales Agreements for Startups
Sales Agreements for StartupsSales Agreements for Startups
Sales Agreements for Startupsldef2001
 
Five ways to develop a successful outsourcing contract
Five ways to develop a successful outsourcing contractFive ways to develop a successful outsourcing contract
Five ways to develop a successful outsourcing contractWGroup
 
Reduced Costs of Third-Party Containment Services Using Spend Analysis
Reduced Costs of Third-Party Containment Services Using Spend AnalysisReduced Costs of Third-Party Containment Services Using Spend Analysis
Reduced Costs of Third-Party Containment Services Using Spend AnalysisInfosys BPM Limited
 
How the gov't buys cap i-tal reps
How the gov't buys   cap i-tal repsHow the gov't buys   cap i-tal reps
How the gov't buys cap i-tal repscapsales
 
6 software contracts
6 software contracts6 software contracts
6 software contractsSaqib Raza
 
purchasing and contracting for projects
 purchasing and contracting for projects purchasing and contracting for projects
purchasing and contracting for projectsSomashekar S.M
 
Public sector tendering - your route to success
Public sector tendering - your route to successPublic sector tendering - your route to success
Public sector tendering - your route to successwalescva
 

Semelhante a Technology Products RM1054 Customer Guidance (20)

Rachael Colley - Excel in Health
Rachael Colley - Excel in HealthRachael Colley - Excel in Health
Rachael Colley - Excel in Health
 
Technology Services RM1058 Customer Guidance
Technology Services RM1058 Customer GuidanceTechnology Services RM1058 Customer Guidance
Technology Services RM1058 Customer Guidance
 
project implimentation.-Three.Procurement.ppt
project implimentation.-Three.Procurement.pptproject implimentation.-Three.Procurement.ppt
project implimentation.-Three.Procurement.ppt
 
Business negotiations for purchasing and supply chain management
Business negotiations for purchasing and supply chain managementBusiness negotiations for purchasing and supply chain management
Business negotiations for purchasing and supply chain management
 
EU procurement for non procurement professionals
EU procurement for non procurement professionalsEU procurement for non procurement professionals
EU procurement for non procurement professionals
 
Pai 3-03
Pai 3-03Pai 3-03
Pai 3-03
 
An Inventory Control SystemYou sell seeds from a catalog, and bu.docx
An Inventory Control SystemYou sell seeds from a catalog, and bu.docxAn Inventory Control SystemYou sell seeds from a catalog, and bu.docx
An Inventory Control SystemYou sell seeds from a catalog, and bu.docx
 
1661351055Unit 6 1058-V1 Purchase and Stores Management.pdf
1661351055Unit 6 1058-V1 Purchase and Stores Management.pdf1661351055Unit 6 1058-V1 Purchase and Stores Management.pdf
1661351055Unit 6 1058-V1 Purchase and Stores Management.pdf
 
Understanding Pre Qualification Questionnaires
Understanding Pre Qualification QuestionnairesUnderstanding Pre Qualification Questionnaires
Understanding Pre Qualification Questionnaires
 
RFP 19-07 Desktop-Laptop Leasing Refresh Program
RFP 19-07 Desktop-Laptop Leasing Refresh ProgramRFP 19-07 Desktop-Laptop Leasing Refresh Program
RFP 19-07 Desktop-Laptop Leasing Refresh Program
 
The International Journal of Engineering and Science (The IJES)
 The International Journal of Engineering and Science (The IJES) The International Journal of Engineering and Science (The IJES)
The International Journal of Engineering and Science (The IJES)
 
Sales Agreements for Startups
Sales Agreements for StartupsSales Agreements for Startups
Sales Agreements for Startups
 
Five ways to develop a successful outsourcing contract
Five ways to develop a successful outsourcing contractFive ways to develop a successful outsourcing contract
Five ways to develop a successful outsourcing contract
 
9. project procurement management
9. project procurement management9. project procurement management
9. project procurement management
 
Reduced Costs of Third-Party Containment Services Using Spend Analysis
Reduced Costs of Third-Party Containment Services Using Spend AnalysisReduced Costs of Third-Party Containment Services Using Spend Analysis
Reduced Costs of Third-Party Containment Services Using Spend Analysis
 
How the gov't buys cap i-tal reps
How the gov't buys   cap i-tal repsHow the gov't buys   cap i-tal reps
How the gov't buys cap i-tal reps
 
6 software contracts
6 software contracts6 software contracts
6 software contracts
 
purchasing and contracting for projects
 purchasing and contracting for projects purchasing and contracting for projects
purchasing and contracting for projects
 
12 procurement
12 procurement12 procurement
12 procurement
 
Public sector tendering - your route to success
Public sector tendering - your route to successPublic sector tendering - your route to success
Public sector tendering - your route to success
 

Technology Products RM1054 Customer Guidance

  • 1. working in partnership working in partnership Technology Products RM1054 Customer and supplier toolkit guidance 4192-14 (Nov 14) working in partnership working in partnership working in partnership working in partnership
  • 2. contents 01. Purpose 03 02. Key information when reading this document 04 03. Collaboration with the Ministry of Defence and Pro5 05 04. Benefits 06 05. Contract duration, value & eligible customers 08 06. Agreement scope and lot structure 09 07. Supplier matrix 11 08. Pricing 13 09. How to use the agreement 13 10. Pre-market engagement 14 11. Timescales 15 12. Award options 16 13. Procurement routes and tools 20 14. Award criteria 21 15. Finalising the call-off 23 16. Terms and conditions 23 17. Key tips when managing a further competition 24 18. Feedback and contact details 26 Note: To access the Annex information, please use the WinZip folder located in the Documents tab on the website here
  • 3. 1 Purpose 1.1 This guidance document is intended to serve three purposes: 1.1.1 It provides customers with guidance on how to utilise the Technology Products agreement and associated catalogue. Its main purpose is to help those who have not previously used our agreements, although experienced procurement professionals may still find the guidance useful; 1.1.2 It sets out actions that customers are required to take in order to enter into call-off agreements under this agreement; and 1.1.3 It informs agreement suppliers of the various processes that customers will follow to obtain goods and/or services under the agreement. 03
  • 4. 04 2 Key information when reading this document 2.1 Frequently asked questions (FAQs) – As we developed the agreement we collated a number of FAQs which we have provided a detailed response to. Should you have a question on the agreement please read the FAQs document (Annex G) in the first instance. 2.2 Further competition process – we have developed draft further competition documentation (Annex D) that you can tailor to suit your organisations requirements. We have developed call-off contracts specific to the agreement that include standard clauses that all suppliers have agreed to. The text highlighted in yellow and in square brackets[ ] needs to be considered by the customer. Should you wish to amend these you will need to detail what elements you wish to amend within your further competition documentation. 2.3 Timescales – it is important that you allow suppliers sufficient time to respond to your further competition. For a recommended timetable and notes, please see section 11.
  • 5. 305 3 Collaboration with the Ministry of Defence and Pro5 3.1 Rather than having separate competing agreements we pooled resources with the Ministry of Defence and Pro5 and worked collaboratively on the Technology Products agreement. This agreement is a direct result of that collaboration. The key drivers for the partnership are: 3.1.1 To aggregate requirements and spend to exert maximum leverage on the market, with the aim of delivering efficiencies and cost savings to customers; 3.1.2 To reduce procurement process costs for customers and suppliers by providing a quick and efficient route to market s in line with EU regulations; 3.1.3 To provide a robust product/service offering to all customers; 3.1.4 To share and increase knowledge across the collaborative partners; and 3.1.5 It makes sense. 3.2 Further information on our role can be found here 3.3 Pro5 is a collaborative procurement hub of consisting of the North East Purchasing Organisation (NEPO), the Yorksire Purchasing Organisation (YPO), the Central Buying Consortium (CBC), the Eastern Shires Purchasing Organisation (ESPO) which are all public sector purchasing consortia governed by local authorities. Further information on the role of Pro5 can be found here
  • 6. 06 4 Benefits 4.1 The benefits of using the agreement to procure your commodity hardware, software and/or services include: 4.1.1 Reduced timescales – Customers do not need to run a full OJEU procurement if procuring via this agreement, as this has already been undertaken by the Crown Commercial Service, Ministry of Defence and Pro5. Customers will simply need to identify their requirements, present these to the market and award a contract. For lower value purchases the suppliers to this agreement will be providing content to the Technology Catalogue. Suppliers will also benefit from these revised timescales, as they only need to complete one OJEU procurement process. 4.1.2 Ease of use – The agreement is simple to use, with expert procurement advice available. The catalogue is a simple self-service method of purchasing. 4.1.3 Choice of supplier –. The agreement offers an excellent choice in suppliers (36) ranging from large multinationals to British SMEs. Having selected the relevant lot for your procurement, you should, initially, invite all suppliers within that lot to bid. See Section 12 for further information on running a further competition or Direct Awarding. The number of suppliers within a lot should not be a deterrent. You may not receive quotes or proposals from all agreement suppliers. Experience shows this is highly unlikely. Agreement suppliers are required to provide a response to calls for further competition (though are not obliged to bid). This provides you with the necessary audit trail showing compliance with procurement law. Suppliers responding in the negative play no further part in your procurement. If you are concerned that you may receive more bids than you have the resources to deal with you are able to issue a Request for Information (RFI) prior to running the further competition and this allows suppliers to opt out of bidding. Please note only those suppliers who respond negatively to the RFI should be eliminated. A non-response to the RFI does not constitute a negative. Please see ‘Section 10 Pre-Market Engagement’. Suppliers who choose not to bid do so for a number of reasons. These may include your risk profile, not allowing sufficient timescales for your further competition, specialist markets or preferential reseller pricing. Early pre-market engagement (see section 10) will help increase choice in supplier.
  • 7. 07 4.1.4 Legality – The agreement is fully legal and in line with EU regulations, as EU procurement rules introduced in 2006 specifically recognise agreements as a legitimate route to market. This reduces procurement risk for customers, and reduces bureaucracy in the procurement process. 4.1.5 Template documentation – Standard templates have been developed and are available for customers to utilise if they wish, which again reduce timescales and procurement risk. These can be found in Annexes E, F and I. 4.1.6 Assured supplier standards – Suppliers appointed onto this agreement are ‘pre-qualified’ as to their general suitability. This means when buying services from them, customers are assured that they can meet the appropriate standards in the provision of goods and/or services. 4.1.7 Aggregation of spend – Customers will receive the benefits of an aggregated volume of spend and the benefits associated with an increased leverage on the market. Customers can also work together to group their requirements and submit these together as one further competition. Crown Commercial Service has an Aggregation Team that will be happy to help you with this. 4.1.8 Pre-defined Terms and Conditions – Terms and conditions of contract have been established for each lot. For Lots 1, 2 and 3, where solutions can be procured, there are Goods and Services call-off terms. For Lot 4 and commodity only procurements under Lots 1, 2 and 3, use the Goods Only call-off terms. All agreement suppliers have signed and accepted this agreement and terms and conditions of call-off. Only comments in square brackets [ ] can be amended and this is to be agreed by the chosen supplier and customer.
  • 8. 308 5 Contract duration, value and eligible customers 5.1 The agreement will cover the period from 17/11/2014 to 16/11/2016. 5.2 While you can enter into long term agreements (LTAs) under this agreement for their specific requirements, you should consider the business impact, benefits realisation and risks when structuring an LTA. 5.3 The OJEU value for this procurement was set at £6,000,000,000 therefore customers can procure anything included within the scope of the agreement up to this value. The OJEU can be found here Customers who anticipate their procurement requirement value will be very high are asked to engage with the relevant contact named in Section 22 of this guidance document to discuss the procurement further. 5.4 The agreement is available to all public sector bodies, including central government and the wider public sector, social housing organisations, and voluntary and community sector bodies. 5.5 If you have any questions, you are able to contact the Crown Commercial Service helpdesk for further clarity. Please email info@ccs.gsi.gov.uk, stating your organisation name and explain your query.
  • 9. 309 6 Agreement scope and lot structure The Agreement has the following lots, each with its own scope: 6.1 Lot 1: Technology Hardware 6.1.1 The purpose of this lot is to provide a route for requirements involving hardware goods, associated software for service/solution delivery, and service wrap (i.e. the hands-on services associated with installations and other ‘close to the box’ services). This lot may be used for volume requirements and anticipated savings will be achieved through supplier competition where suppliers offer different solutions against an output based specification generated by a customer. Suppliers will be ‘vendor neutral’ and offering a wide choice of technologies. ‘Off-the-Shelf’ products may be purchased via this lot either in volume or in low numbers providing for access to a wide range of products. This lot will also allow customers, via competition, to appoint a single supplier for a defined range of goods over a given period to reduce time and cost associated with regular requests for quotations (this is particularly a wider public sector need for smaller organisations with limited resource). 6.2 Lot 2: Packaged Software 6.2.1 The purpose of this lot is to provide a route for purchasing commoditised, packaged software requirements through specialist channel partners. This will allow customers to purchase commoditised software and associated hardware (where the hardware is intrinsically linked to the requirement) with the main focus being for packaged software. This lot may be used for volume requirements and for the supply of the full range of commercial and open source off-the-shelf software, software licenses and associated software services including software asset management. We anticipate savings will be achieved through supplier competition where suppliers offer different solutions against an output based specification generated by a customer. Low volume/value requirements will be available through the Technology Catalogue.
  • 10. 310 6.3 Lot 3: Secure Technology Products and Disposals 6.3.1 This lot is aimed at suppliers of commoditised technology products that are capable of meeting specific protective, Information Assurance requirements. This lot is required by the Ministry Of Defence (and other parts of government concerned with high levels of security at product level and in the supply-chain). In some cases the products will be similar to those purchased under lots 1 and 2 but in these instances the goods may be deployed in an environment that requires a high degree of supply-chain security protection. Cryptographic materials and CESG ‘Claims Tested Mark’ products will be purchased primarily from these suppliers. Secure data destruction and disposal services (including ‘Accredited’ facilities to ensure secure data destruction and disposal facilities, both on and off-site) will be included. The suppliers under this lot will be accredited to List-X status following award of the agreement where they do not currently have this accreditation. 6.4 Lot 4: User Devices 6.4.1 The purpose of this lot is to provide a route for customers to procure (high) volume client devices (including: desktop PCs, laptops, tablets, thin clients) with minimal service wrap. Service are primarily limited to those available on the equipment production line and as part of the standard build). This lot will be used (but not exclusively) by us to provide a Managed Procurement Service for commonly purchased commodity hardware devices, delivering aggregated requirements and standardised specifications (where possible), in particular supporting greater use of eAuctions. The User Devices lot will deliver the greatest savings through this agreement with evidence from previous eAuctions demonstrating savings in the region of 16%. Savings of 20% can be achieved through committing volumes. This lot will remove distributor/reseller margin and simplify the purchasing process by allowing most requirements to come straight off the equipment production line. This will, therefore, remove the costs associated with the standard UK supply chain (involving distributors and resellers).
  • 11. 11 7 Supplier matrix 7.1 The supplier matrix is a live document that provides customers with detailed information on the agreement suppliers, including: 7.1.1 The name of each supplier on each lot under the agreement; 7.1.2 Whether they are an SME; 7.2 The information listed in the supplier matrix can then be used to pre-select the group of suppliers that you invite to your further competition. You will only need to invite suppliers that can meet your full requirements, i.e. only those on the lot that you will be running the procurement under.
  • 12. 12 7.3 Customers must access the supplier matrix before issuing their further competition documentation to ensure all eligible suppliers are include Lot 1 Lot 2 Lot 3 Lot 4 Supplier Technology Hardware Packaged Software Secure Technology Products User Devices SME? Acer P Akhter P P 1 ANS Group PLC P 1 Bull Information Systems P Bytes Software P Centerprise P P P 1 Comparex P 1 Computacenter P P P Dell P Ergo Computing P 1 Esteem Systems P 1 European Electronique P P 1 Fujitsu Services P HP Enterprise Services P Insight Direct P P Kelway International P P P Lenovo P Logicalis P Maindec P 1 Misco UK Ltd P Novatech P 1 Novosco P 1 Pervasive Networks P 1 Phoenix Software P 1 Probrand Ltd P 1 Samsung P SCC P P P Softcat Ltd P P P Software Box P P P 1 Stone Computers P 1 Storm Technology P Supplies Team Ltd P Toshiba P Trustmarque P 1 Viglen P P XMA Ltd P Total 36 20 15 7 10 16 Total SMEs 16 Total SME as % 44%
  • 13. 13 8 Pricing 8.1 For lots 1, 2 and 3 suppliers have submitted maximum day rates which are available on demand from CCS. Please contacts the CCS help desk info@ccs.gsi.gov.uk 8.2 The pricing information provided is only a maximum baseline. Customers that run a further competition might obtain lower prices specific to their requirement. 9 How to use the agreement 9.1 This agreement can be accessed in a number of different ways, based on different factors including customer requirements, customer size, customer drivers and targets, customer market knowledge, and customer preference. Please use the Procurement Decision Tree tool in Annex H for help accessing the agreement. 9.2 Customers must procure their requirements in accordance with the procedures in this guidance and the requirements of the regulations. 9.3 All customers must undertake the following steps: 9.3.1 Review this guidance documentation, the further competition guidance (Annex D) and the Procurement Decision Tree (Annex H); 9.3.2 Determine your requirement (this can be for commodity goods, a number of support services, or any combination of the above); and 9.3.3 Determine the best route for your procurement, and action this in line with the parameters outlined in the sections below.
  • 14. 14 10 Pre-market engagement 10.1 Pre-market engagement (i.e. engaging with the agreement supply base prior to issuing further competition documentation) is permitted under the agreement. Indeed, this pre-market engagement is welcomed by the supply base and is a useful tool for customers to: 1. determine the best procurement route 2. ask suppliers questions to help you define your requirement 3. allow for innovation and supplier expertise to help you refine your requirement 4. assess suppliers interested in competing for your requirement When running a further competition, pre-market engagement is also useful to determine exactly what information needs to be included in your requirement to obtain the best proposals from the supply base. 10.2 If engaging with the market prior to awarding a contract, you should ensure that you complete this exercise on a fair, open, and transparent basis (i.e. allow the opportunity for engagement with all suppliers on the agreement, and provide all suppliers with the same information during the pre-market engagement exercise. 10.3 To engage with the market via a Request for Information (RFI), you can either email the suppliers directly using the contact details available on the supplier matrix, or utilise the free Crown Commercial Service eSourcing tool. 10.4 We recommend the following format for engaging with the market: 1. Call a plenary meeting with all interested suppliers 2. Present your initial requirements along with all available due-diligence information 3. Have a question and answer session 4. Invite suppliers to one-to-one meetings to explore your requirement further. 10.5 Pre-market engagement is not necessary when purchasing via the catalogue route.
  • 15. 15 11 Timescales 11.1 Allowing sufficient time for suppliers to consider and respond to your further competition is imperative. This section provides some hints for your further competition. Please note these are a guide and should be amended to reflect your requirement. Some helpful hints are: 11.1.2 During peak times (for example the quarterly financial periods with the main one being March) of the year you may wish to bring forward or delay your further competition process; 11.1.3 Allow sufficient time for bidders to consider your response, should further clarifications be required on your response you may wish to extend your closing date; and 11.1.4 You should include a standstill period for above OJEU purchases 11.1.5 There is no requirement to place a Contract Award Notice in the European Journal following call-off from a framework agreement. Please see section 15.
  • 16. 16 12 Awards options 12.1 Direct ordering without a further competition 12.2. If a Contracting Body can determine that: 12.2.1 its Goods and/or Services Requirements can be met by the Agreement Supplier’s catalogue/ description of the Goods and/or Services and is in scope of the agreement as set out in Section 6); and 12.2.2 all of the terms of the proposed Call Off Agreement are laid down in the model contract and the Template Call Off Terms do not require amendment or any supplementary terms and conditions (other than the inclusion of optional provisions already provided for in the Template Call Off Terms); 12.2.3 then the Contracting Body may award a Call Off Agreement in accordance with the procedure set out in paragraph 12.2.4. 12.2.4 Subject to paragraph 12.2 above any Contracting Body awarding a Call Off Agreement under this Agreement without holding a further competition shall: 12.2.4.1 develop a clear Statement of Requirements; 12.2.4.2 apply the Direct Award Criteria to the catalogue of the Goods and/ or Services for all Suppliers capable of meeting the Statement of Requirements in order to establish which of the Agreement Suppliers provides the most economically advantageous solution. 12.2.4.3 on the basis set out above, award its Call Off Agreement to the successful Agreement Supplier. 12.2.4.4 Further details on how the use the catalogue can be found here LINK 12.2.5 When direct awarding customers need to ensure that the procurement has been carried out within EU procurement regulations. If there is any doubt customers are advised to seek their own legal advice.
  • 17. 17 12.3 Further Competition 12.3. If all of the terms of the proposed Call Off Agreement are not laid down in the model contract and a Contracting Body: 12.3.1 requires the Supplier to develop proposals or a solution in respect of such Contracting Body’s Goods and/or Services Requirements; and/or; 12.3.2 needs to amend or refine the Template Call Off Terms to reflect its Goods and/or Services Requirements to the extent permitted by and in accordance with the Regulations and Guidance; 12.3.3 then the Contracting Body shall award a Call Off Agreement in accordance with the Further Competition Procedure set out in paragraph 12.3.4 below. 12.3.4 Any Contracting Body awarding a Call Off Agreement under this Agreement through a Further Competition Procedure shall: 12.3.4.1 develop a Statement of Requirements setting out its requirements for the Goods and/or Services including Service Levels and Performance Monitoring (as defined in the Call Off Agreement) and identify the Agreement Suppliers capable of supplying the Goods and/or Services; 12.3.4.2 amend or refine the Template Call Off Form and Template Call Off Terms to reflect its Goods and/or Services Requirements only to the extent permitted by and in accordance with the requirements of the Regulations and Guidance; 12.3.4.3 invite tenders by conducting a Further Competition Procedure for its Goods and/or Services Requirements in accordance with the Regulations and Guidance and in particular: 12.3.4.4 if an eAuction is to be held the Contracting Body are advised to contact the Crown Commercial Service for guidance on carrying out said eAuction ; or 12.3.4.5 if an eAuction is not used, the Contracting Body shall: 12.3.4.6 invite the Agreement Suppliers to submit a tender for each proposed Call Off Agreement to be awarded by giving written notice (by email or electronic means such as on line tendering systems or by using the Crown Commercial Service eSourcing tool) to the relevant Supplier Representative of each Agreement Supplier; 12.3.4.7 set a time limit for the receipt by it of the tenders which takes into account factors such as the complexity of the subject matter of the proposed Call Off Agreement and the time needed to submit tenders; and 12.3.4.8 keep each tender confidential until the time limit set out for the return of tenders has expired. 12.3.4.9 apply the Further Competition Award Criteria to the Agreement Suppliers’ compliant tenders submitted through the Further Competition Procedure as the basis of its decision to award a Call Off Agreement for its Goods and/or Services Requirements; 12.3.4.10 on the basis set out above, award its Call Off Agreement to the successful Agreement Supplier.
  • 18. 18 12.3.5 customers are advised to provide as detailed and accurate information as possible, and should ensure a level playing field through the actual procurement period, and provide all suppliers with the same information. 12.3.6 As a minimum you should give suppliers enough working days to turn a tender bid around. For more complex procurements and at peak times (for example, the quarter periods with the main one being March) during the year this time may need to be extended and it is recommended that you speak with the suppliers; 12.3.7 Suppliers can opt to decline to bid if they wish; and 12.3.6 Guidance on the parameters for running a further competition under a agreement can be found in Annex D. 12.4 Advantages of Direct Award include: 12.4.1 Contracts may be entered into more quickly than when competitions are conducted. 12.4.2 No need to re-engage the market and subsequently evaluate suppliers again. 12.4.3 A specification doesn’t need to be written – the core output specification can be used coupled with suppliers ITT responses. 12.5 Advantages of Further Competitions include: 12.5.1 Customers can add to the core specification if they have varying requirements. 12.5.2 Only need to evaluate suppliers on their service delivery and price – qualifying criteria has already been evaluated. 12.5.3 Weightings can be varied to reflect the customer’s particular circumstances, see section 14.2. 12.5.4 The call-off terms and conditions can be modified appropriately (but not substantively), including the use of Special Terms. (You should seek your own legal advice when modifying or adding to terms and conditions).
  • 19. 19 12.6 What happens once a supplier has been awarded? 12.6.1 You must complete the award by sending (including electronically) a signed order form substantially in the form of the Template Order Form set out in Annexes B and C (Template Order Form and Template Call Off Terms). The Parties agree that any document or communication (including any document or communication in the apparent form of a Call Off Agreement) which is not as described in this paragraph shall not constitute a Call Off Agreement under this Agreement. 12.6.2 Technology Products has two model order forms that can be used; one for ordering goods and/or services (Form A) and one for ordering goods only (Form B). Please ensure the correct Model Order Form or terms are used for the appropriate procurement. These can be found in the Model Contract. 12.6.3 On receipt of an order form as described above from a Contracting Body the Supplier shall; (a) accept the Call Off Agreement by promptly signing and returning (including by electronic means) a copy of the order form to the Contracting Body concerned. 12.6.4 On receipt of the signed order form from the Supplier, the Contracting Body shall send (including by electronic means) a written notice of receipt to the Supplier within two (2) Working Days and a Call Off Agreement shall be formed.
  • 20. 20 13 Procurement routes and tools 13.1 You can make contact via email, via the eSourcing tool, or via any other portal. 13.2 The eSourcing tool: 13.2.1 When running a further competition under our agreements, you are able to utilise our eSourcing tool. This is a free online procurement tool to help you manage your further competitions, creating a clear audit trail and supporting the delivery of the further competition in line with the EU regulations. Further information and access to the eSourcing tool can be found here 13.2.2 If you run a further competition via the eSourcing tool include your organisation name in the title for example Council ABC as this will allow a supplier to identify which messages relates to which project. 13.2.3 If you wish to find out more about the system, its capabilities, and the benefits of using this, please contact the eEnablement team at eEnablement@ccs.gsi.gov.uk 13.3 Technology Catalogue 13.3.1 The catalogue offers two methods of searching for your product • Primary search by product type (e.g. notebook) • Category search by UNSPSC code 13.3.2 Results can be filtered – default is lowest price order 13.3.3 Results can be compared to check product details against requirements 13.3.4 Select product to be purhcased and proceed to checkout
  • 21. 14 Award criteria 14.1 When running a procurement, customers should award on the basis of the most economically advantageous tender and must provide suppliers with the methodology behind the evaluation, including the evaluation criteria and the weightings that are applied to each criterion. 14.1.1 Items listed on the catalogue are likely to be similar in terms of quality and consequently achieve a maximum quality score. The determining factor, in practice, is therefore likely to be a price driven decision within the 40% maximum that can applied in direct award. 14.2 Under this agreement, the following weighting criteria should be applied: Part A: Direct award The following criteria and weightings shall be applied to the Agreement Suppliers' compliant tenders submitted through direct award. The criteria are in no particular order of importance. Criteria Number Criteria - ranked in order of importance Percentage Weightings (or rank order of importance where applicable) - to be set by the Contracting Body conducting the direct award 1 Price (life cycle costs, cost effectiveness & price; price and running costs) 10-40% 2 Quality (including delivery time, sales service, good value, accessories, service fitness for purpose) 60-90% 21
  • 22. Part B: Further Competition Award Criteria The following criteria shall be applied to the Goods and/or Services set out in the Suppliers’ compliant tenders submitted through the Further Competition Procedure. The criteria are in no particular order of importance. 14.3 Customers are able to split the price and quality scores within the parameters set out in 14.2, ensuring that they equal 100%. 14.4 On all documentation you will need to include the agreement reference of RM1054. 14.5 Typical examples of sub criteria within price and quality that customers may opt to utilise when drafting their further competition may include (but is not limited to): 14.5.1 Quality - delivery time, sales service, good value, accessories, service fitness for purpose. 14.5.2 Price – life cycle costs, cost effectiveness & price; price and running costs 14.6 The procurement process adopted at tender stage was based upon the Open tendering procedure as detailed in the European Communities Combined Directive (2004/18/EC). Developing your market presentation 14.7 Customers must provide the suppliers with a minimum set of information that can be used to help to calculate your price effectively. 14.8 This minimum dataset is by no means the complete suite of information that suppliers will require. As each procurement is different, suppliers may ask for further information. eAuctions 14.9 Electronic reverse auctions can be undertaken as part of a further competition under all lots. 14.10 Our eAuction team can support you in this, and even run and manage the eAuction for you, completely free of charge. 14.11 Please contact the Technology Products team via the helpdesk in the first instance if you wish to find out additional information (info@ccs.gsi.gov.uk or call 0345 410 2222). Criteria Number Criteria Percentage Weightings (or rank order of importance where applicable) - to be set by the Contracting Body conducting the further competition - examples below (which in total should add up to 100%): 1 Quality (including delivery time, sales service, good value, accessories, service fitness for purpose) 60-90% 2 Price 10-40% 22
  • 23. 15 Finalising the call-off 15.1 Once you have made a decision to award, for further competitions above the OJEU threshold, customers should run a ten day standstill period. Customers should send out an intention to award letter to all suppliers that submitted a tender. The letters to unsuccessful suppliers should provide a debrief of the scores awarded for each weighted criteria compared to the successful supplier and a rationale for each score. The rationale should be objective, and care needs to be taken to ensure that the scores and rationale is in line with your original tender documentation. Template letters can be found in Annexes E and F. 15.2 Once the ten day alcatel period is complete, without challenge, customers must instruct the supplier. This should be done by completing the order (Annexes B and C). 15.3 Advice on this can be obtained by the contact named in Section 22. 16 Terms and conditions 16.1 We have developed call-off contracts specific to the agreement that include standard clauses that all suppliers have agreed to (Annexes B and C). The text highlighted in yellow and in square brackets[ ] needs to be considered by the customer. Should you wish to amend these you will need to detail what elements you wish to amend within your further competition documentation. 16.2 Please note that when calling off via the agreement, Technology Products has call-off contracts each with a model order form that can be used; one for ordering goods only (Annex B) and one for ordering goods and/or service (Annex C). Please ensure the correct Model Order Form or terms are used for the appropriate procurement. 16.3 Additional and alternative clauses can be found in Annex J 23
  • 24. 17 Key tips when managing a further competition 17.1 Before issuing the further competition documentation 17.1.1 Review the agreement lots found in section 6 to establish whether your requirement is covered by this agreement; 17.1.2 Contact the technology products team, using the contact listed in Section 22; we are here to provide you with procurement advice as required; 17.1.3 Ensure you have provided sufficient timescales to enable suppliers to evaluate your requirement. Further information on indicative timescales can be found in section 11; 17.1.4 Engage with the supply base to help shape your requirement and ensure you have provided all relevant information. This will support you in delivering greater value for money. Further information on pre market engagement via the agreement can be found in section 10; 17.1.5 Develop the statement of requirements that suit individual special terms, e.g. specific to the particular services that will be provided to meet a particular requirement under the agreement; 17.1.6 Meet with the suppliers, where appropriate; 17.1.7 Specify realistic levels of service and understand a customer’s responsibilities throughout; 17.1.8 Vary the weighting of the criteria to suit local priorities, in line with the weightings provided in section 14.2; 17.1.9 Use output-based specifications to encourage innovation; 17.1.10 Involve key individuals and stakeholders as appropriate in the process; 17.1.11 Develop your invitation to tender documentation and provide suppliers with upfront information and criteria explaining how the tenders will be evaluated. Standard template documentation is available in Annexes D to support you in this. 24
  • 25. 17.2 During the further competition 17.2.1 If contacting suppliers via email, ensure you inform them that you wish to procure under the Technology Products agreement – RM1054; 17.2.2 Invite all capable suppliers within the appropriate lot of the agreement. Capability can be determined by assessing the supplier matrix; 17.2.3 If contacting via email, only use the email addresses provided on the RM1054 Web Page here. 17.2.4 Allow sufficient time for a full and professionally prepared response from suppliers; 17.2.5 Treat all participating suppliers fairly and equally throughout the entire competition process; 17.2.6 Issue timely clarifications to questions and publish them in line with your further competition documentation to all participating suppliers. Ensure suppliers have sufficient time to consider your responses; 17.3 Awarding the further competition 17.3.1 Award to the supplier offering best value for money based on the award criteria based on the qualitative and commercial scores at further competition; 17.3.2 Award in line with your further competition evaluation criteria; 17.3.3 Provide feedback to all bidders. See Section 15 for further information; 17.4 Don’t: 17.4.1 Set unrealistic expectations. Undertake your pre market engagement to identify appropriate levels of service that the suppliers can actually deliver upon; 17.4.2 Aim the specification at a particular supplier or their product range; 17.4.3 Arbitrarily choose a reduced number of suppliers to receive tenders; 17.4.4 Create specifications that are unfairly restrictive; 17.4.5 Treat any supplier differently from the others. 25
  • 26. 18 Feedback and contact details 18.1 If you have any queries, or wish to discuss your requirement or the agreement in further detail, please contact Crown Commercial Service E: tecnologyproducts@ccs.gsi.gov.uk T: 0345 410 2222 Pro5 Central Buying Consortium (CBC) E: cbc-staff@hants.gov.uk W: www.hants.gov.uk/cbc Eastern Shire Purchasing Organisation (ESPO) Angela Course E: ICT@espo.org T: 0116 265 7946 North East Procurement Organisation (NEPO) E: enquiries@nepoportal.org T: 0191 261 3940 YPO E: IT.Services@ypo.co.uk Ian Summerscales T: 01924 885907 Richard Ullyott T: 01924 836986 18.2 If you would like to provide feedback relating to this agreement please get in touch with your preferred organisation using the details provided. Your query and feedback will be logged and discussed at the monthly performance meeting. Where required, your preferred contact will inform you of any changes that have been made in relation to your feedback. 4192-14 (Nov 14) Norwich Rosebery Court St Andrews Business Park Norwich NR7 0HS Newport Room 2Y92 Concept House Cardiff Road Newport NP10 8QQ Liverpool 9th Floor Capital Building Old Hall Street Liverpool L3 9PP London 1 Horse Guards Road Westminster London SW1A 2HQ