ProcurementInformation technology

Agreements in place for Information technology

Supply and installation of audio-visual equipment and associated services agreement.

Reference

AV1018 AP

Expiry date

17 January 2025

Procurement contact

Scope

Audio-visual equipment and associated services

Purchase method

This Framework includes a number of suppliers across two lots. Users within the University of Strathclyde can direct award equipment on Lot 1 and Lot 2 to a value of £24,999 with the suppliers noted below. Please ensure you choose the correct supplier from FMS using their supplier idea as provided.

For higher value, more complex requirements or where the supplier noted below is unable to provide the required equipment, please contact the procurement team who will advise on the appropriate route.

Purchase Orders should detail, as a minimum:

  • Text that states "This Purchase Order forms a Call-off Contract from the Framework"
  • Name and Address of the Institution for invoice purposes
  • Description [and Product Code] (Where Applicable)
  • Quantity of Products Required (if Applicable)
  • Deliverables and timescales
  • Details of the Premises to which the requirements and deliverables are to be supplied
  • The charges including any discounts
  • Invoicing arrangements and settlement terms

Agreement for the Supply and Installation of Audio-Visual Equipment & Associated Service

(Reference AV1018 AP)

For direct awards, Institutions are required to contract directly with the first ranked Contractor (unless the first ranked Contractor confirms that they do not have capacity to undertake the work; or cannot respond within the required timescales as detailed in the Specification of Requirements; or there are other relevant issues such as conflict of interest, in which case the second ranked Contractor should be appointed). If the second ranked Contractor cannot meet the need (by reason of issues detailed above), the third ranked Contractor should be approached and so on.

The award of a contract will take place after the Institution has discussed its specific requirements with the Contractor and an agreement has been reached as to timescales, methodology/approach, specific service requirements and key milestones and performance indicators to be met.

The Standard Terms and Conditions of any Call-off Contract shall be as those stated in the Framework Agreement and only minor points can be re-negotiated with the consent of the Contractor and the Institution such as Payment Terms.

You can contract with the Contractor for appropriate ad hoc requirements and also for longer term arrangements. There is no restriction on the length of a call off as long as it is reasonable. This calloff contract can extend past the duration of the Framework Agreement - in this instance you should ensure that the spend is still reported to Advanced Procurement for Universities and Colleges (APUC).

Please note, you must always quote the Framework Agreement Reference and Title in your purchase order to ensure that you benefit from the commercials/pricing associated with the Framework Agreement and never sign the Contractor’s own Terms and Conditions as they will NOT be advantageous to your Institution and mean that you will not be Contracting under the Framework Agreement.

All orders issued to the supplier via direct award MUST reference the Framework reference AV1018 AP together with the UOS contract reference number if applicable.

Delivery timescales

TBC with supplier

Sustainability

TBC

Pricing

Lot 1 offers a fixed price margin that is applied to the contracts cost price.

 

 Lots

Supply and installation of audio-visual equipment and associated services suppliers.

Lot

Suppliers

Supplier contact details

Lot 1 – Supply of equipment and consumables

Mediascape Limited (4001717)

Lot 2 – Supply, design, installation and maintenance

GVAV Limited (4007690)

Call off mechanism ranked characteristics

  • quickest route to market
  • deal with one contractor
  • limited to capped pricing agreed at framework level
  • reduce requirement for Invitation to Quote (ITQ) documentation
  • reliance on framework invitation to tender (ITT) process for identifying contractor who performed best

Should users wish to be provided with all suppliers included within all Lots to make an assessment on whether a direct award or other route should be used to make a purchase please contact Procurement enquiries.

Apple equipment and services agreement - national agreement.

Reference

ITS6004 HW

Expiry date

31 October 2024

Procurement contact

Scope

 Mac OS products:

  • iMac
  • iMac Pro
  • Mac Mini
  • Mac Pro
  • MacBook Air
  • MacBook Pro

iOS product:

  • iPad Pro
  • iPad
  • iPod
  • iPhone
  • Apple Watch

Apple software:

  • Final Cut Pro
  • Logic Pro

Additional products (pricing not required for tender evaluation):

Displays, monitors, screens and accessories:

  • desktop monitors
  • display screens
  • remote controls
  • docking stations
  • stylus pen for touch screens
  • display mounts and brackets

Cables:

  • ethernet
  • USB
  • stereo jacks
  • HDMI
  • patch cables
  • video monitor cables
  • extension cables
  • fibre optic

Power related accessories:

  • batteries
  • power adapters
  • chargers 
  • power packs
  • PDU's

Peripheral accessories:

  • headphones
  • microphones
  • speakers
  • keyboards
  • mouse
  • webcams
  • scanners
  • wireless accessories and adapters
  • keyboard covers
  • voice recorders
  • external DVD and CD drives
  • wrist rests
  • mouse mats
  • small home networking hubs

Device protection and IT security products:

  • laptop bags
  • device covers and cases
  • locking accessories
  • security cables and cages including charging trolleys

Special needs assisted technology equipment:

  • alternative keyboard
  • alternative mouse
  • mounting solutions
  • note takers and literary aids
  • speech and hearing amplifiers
  • switch interface boxes

Purchase method

This Framework includes several ranked suppliers over one Lot. Users within UOS can direct award equipment up to the value of £24,999 to Academia, as first ranked supplier. Please ensure you choose the correct supplier from FMS using the supplier idea as provided.

For higher value, or more complex requirements, please contact the procurement team who will advise on the appropriate route.

Direct award

A direct award can be used where all the terms and conditions are set out in the Framework Agreement governing the provision of the goods.  Members are required to contract directly with the first-ranked supplier, unless the first ranked supplier (Academia):

  • confirms that they do not have capacity to undertake the work; or
  • cannot respond within the required timescales as detailed in the specification of requirements; or
  • cannot undertake the work due to other relevant issues such as conflict of interest

If any of these criteria are applicable, then the second ranked supplier should be appointed. If the second ranked supplier cannot meet the need for all or any of the reasons above, the third ranked supplier should be approached and so on.

The award of a call-off contract will take place after the Member has discussed its specific requirements with the supplier and agreement has been reached as to timescales, methodology/approach, specific service requirements, key milestones and performance indicators to be met.

The Terms and Conditions of any Call-Off contract shall be as those stated in the Framework Agreement and set out in the Call-Off contract. You may re-negotiate minor points with the consent of the supplier and the institution such as Payment Terms.  For individual assignments under longer-term call-off contracts, instruction will be given and received as per the Specification of Requirements section of this ITT.

There is no restriction on the length of a call off as long as this is reasonable. The call off can extend outside of the dates of the Framework as long as this is not done to circumvent the public  procurement rules.  In this instance, you should ensure that the spend is still reported to your Consortium, that the commercials are still beneficial to you, and you should be aware that you may need to do more contract management.

A call-off contract or a Purchase Order should be issued to the relevant supplier for each order to be placed. Order frequencies can be daily, weekly, or as otherwise agreed with the supplier in line with your preferences and needs. Institutions should have contacted the supplier to finalise the request.

Purchase Order’s should detail, as a minimum:

  • Text that states “This Purchase Order forms a call-off contract from the Framework Agreement for the  (Reference ITS6004HW)
  • Name and address of the institution for invoice purposes
  • Description and Product Code (where applicable)
  • Quantity of products required (if applicable)
  • Deliverables and timescales
  • Details of the Premises to which the requirements and deliverables are to be supplied
  • The charges including any discounts (as contained in the discount structure)
  • Invoicing arrangements and settlement terms

Please quote the Framework Agreement Reference and Title in your purchase order to ensure that you benefit from the commercials associated with the agreement.  (Never sign the suppliers own Terms and Conditions).

All orders issued to the supplier via direct award MUST reference the Framework reference ITS6004 HW together with the UOS contract reference number if applicable.

Delivery timescales

TBC with supplier at the time of requesting a quote

Sustainability

This Agreement was assessed as a high-risk contract with regards to:

  • Products are manufactured in global locations where there is historic evidence of unethical employment practices
  • Energy consumption during use of products
  • End-of-life disposal

Any questions relevant were included in the quality section of the tender. 

Pricing

Pricing under this framework for all goods is on a Cost Plus/Minus basis. All hardware is supplied with a minimum 3 year warranty (1 year AppleCare plus 2 years reseller warranty). Prices are made up as follows: Goods Cost Price to Supplier + Mark up (plus/minus basis) + Marketing Premium = Framework Price.

 Suppliers

Apple equipment and services framework agreement - national suppliers.

Supplier

Rank

Supplier contact details

Academia Limited (4000022)

1

Albion Computers (not on FMS)

2

 TBC

GBM (trading as Sync) (not on FMS)

3

TBC 

XMA Limited (4001967)

4

TBC 

Should users wish to be provided with all suppliers included the Framework to make an assessment on whether a direct award or other route should be used to make a purchase please contact Procurement enquiries.

IT consumables

Reference

SP-22-021

Expiry date

30 June 2027

Procurement contact

Scope

This framework can be used to purchase all general office supplies.

Purchase method

Orders can be made via Punchout on the Financial Management System (FMS).

Minimum order value for Lyreco is £30.

Delivery timescales


Most deliveries will be made within two working days.

Pricing

All items/prices can be found in the punchout catalogue in FMS.

Web based and proprietary client devices framework agreement.

Reference

SP-22-019

Expiry date

31 August 2025

Procurement contact

Scope

A range of Desktop Client Devices

Purchase method

This Framework includes a single supplier (HP Inc UK Limited). Users within UOS can direct award equipment up to the value of £24,999 with the supplier. Please ensure you choose the correct supplier from FMS using their supplier id as provided.

For higher value, more complex requirements or where the supplier noted below is unable to provide the required equipment, please contact the procurement team who will advise on the appropriate route.

All orders issued to the supplier via direct award MUST reference the Framework reference SP-22-019 together with the UOS contract reference number if applicable.

work reference SP-19-013 together with the UOS contract reference number if applicable.

Delivery timescales

Standard Web Based & Proprietary Devices (no changes to base specification) - 10 Working Days
Non Standard Web Based & Proprietary Devices (with any upgrades or downgrades from base specification) – 15 Working Days

Sustainability

Sustainability: The supplier has committed to the following environmental, social and fair work benefits:

  • Energy Efficiency: All products are required to meet or exceed the minimum energy efficiency standards detailed in the minimum specification, based on Energy Star. Documentation has been supplied and verified to support the Energy Star accreditation
  • Product Lifecycle: All products are required to meet or exceed the minimum of Electronic Product Environmental Assessment Tool (EPEAT) Gold (Proprietary) or Silver (Web based) compliance, with documentation supplied by the manufacturer to support this
  • Management of Delivery Fleet: All deliveries should be managed in order to minimise emissions, including the use of efficient logistics, full loads and driver training. The supplier is required to monitor and report on the fleets’ efficiency on a regular basis over the term of the framework
  • Innovative Packaging: To embed a focus on waste minimisation and a more circular approach, packaging specification included: minimising waste through the principles of sustainably sourced materials as well as reduction, re-use and recycling methods, such as the use of creative packaging design and re-usable packaging such as unboxed palletised packaging, adherence to all EU packaging and waste regulations and ensuring that plastics used do not include halogen containing polymers, recycled materials, with packaging containing a minimum of 50% recycled content.
  • End of Life Management: The framework aims to extend the products useful life while ensuring compliance with the Waste Electrical and Electronic Equipment (WEEE Directive) and data security requirements
  • Social and Ethical Responsibility: Ensuring all goods supplied under the framework are produced in accordance with all International Labour Organisation (ILO) conventions that have been ratified by the country of their origin, in particular, labour standards, working conditions and the use of child labour
  • Workforce Matters: including the empowerment and training of employees, committed to fair work practices including no forced zero-hours contracts and a commitment to paying a living wage
  • Community Benefits: HP Inc UK Limited are committed to investing in Scotland

Pricing

Quotes should be requested from HP Inc UK Limited at the email addresses note below.

Supplier details

Web based and proprietary client devices supplier.

Supplier

Supplier contact details

HP Inc UK Limited (4000544)

Mobile client devices framework agreement.

Reference

SP-19-020

Expiry date

15 August 2024

Procurement contact

Scope

This framework covers:

  • entry level laptops
  • corporate laptops
  • ultraportable laptops
  • mobile workstations

All services associated with deployment of mobile client devices, together with a range of upgrades, downgrades and accessories.

Out of scope

The framework does not include:

  • desktop client devices
  • tablet devices
  • web based and proprietary devices
  • servers
  • storage area networks
  • telecoms
  • peripherals (which are not included at the point of order)

There are separate frameworks for desktopweb based and proprietary, and technology peripherals and infrastructure.

Purchase method

Mobile Client Devices is a single supplier framework. Users within UOS can direct award equipment up to the value of £25,000 with the supplier noted below. Please ensure you choose the correct supplier from FMS using their supplier id as provided.

Placing an order

Orders can be placed by fax, post and e-mail to the HP contacts provided above.

Please ensure the following details, as a minimum, are included on all Purchase

Orders:

  • Device Make and Model
  • Part Number
  • Price
  • Quantity
  • Purchase Order Number
  • Full Delivery Address
  • Full Invoice Address
  • Framework Reference: SP-19-020
  • Contact Details
  • Date
  • Any Additional Services required

Section to be added on Punchout

Please note that all quotes provided by HP are checked to ensure that the goods are fit for purpose.

Items ordered in error by a framework public body may be returned at the sole discretion of HP and may be subject to a 10% restocking fee.

The SVARS framework has service level agreements and key performance indicators in place for things like onboarding new vendors and providing timely quotations. 

For values more than £25,000, more complex requirements, please contact the procurement team who will advise.

All orders issued to the supplier via direct award MUST reference the Framework reference SP-19-020 together with the UOS contract reference number if applicable i.e. if more than £25,000.

Delivery timescales

TBC with HP for individual requirements

Sustainability

One of the key priorities for Scottish Procurement is to embed sustainability into all activities. HP will drive tangible sustainability outcomes during the Framework term for the Scottish Public Sector and has committed to the following environmental, social and fair work benefits.

  • Energy Efficiency: All products are required to meet or exceed the minimum
    energy efficiency standards detailed in the minimum specification, based on
    Energy Star. Documentation has been supplied and verified to support the
    Energy Star accreditation.
  • Accreditations: HP Inc. UK are accredited to ISO 27001 and Cyber Essentials Plus.
  • Product Lifecycle: All core commercial devices will have between a 12-18 month lifecycle and guaranteed spare parts for up to 5 years after device end of sale date helping to maximise product lifespan Please note, the Entry Level device will have a 6 month lifecycle from the framework commencement date, and 12 months thereafter.
  • Environment: All products are required to meet or exceed the minimum of
    Electronic Product Environmental Assessment Tool (EPEAT) Gold compliance, with documentation supplied by the manufacturer to support this.
  • Management of Delivery Fleet: All deliveries will be managed to minimise
    emissions, including the use of efficient logistics, full loads and driver training. The supplier is required to monitor and report on the fleets’ efficiency on a regular basis over the term of the framework.
  • Delivery Options: Default deliveries of products are shipped via air freight,
    however, HP has added the ability for customers to select rail/sea freight to
    deliver both cost and carbon savings. Comparisons can be undertaken on the HP B2B portal.
  • Innovative Packaging: To embed a focus on waste minimisation and a more
    circular approach, packaging specification included:
    • Minimising waste through the principles of sustainably sourced materials as well as reduction, re-use and recycling methods, such as the use of creative packaging design and re-usable packaging such as unboxed palletised packaging.
    • Adherence to all EU packaging and waste regulations and ensuring that plastics used do not include halogen containing polymers
    • Recycled materials, with packaging containing a minimum of 60%
      recycled content.
  • End of Life Management: The framework aims to extend the products useful life while ensuring compliance with the Waste Electrical and Electronic Equipment (WEEE Directive) and data security requirements.
  • Social and Ethical Responsibility: Ensuring all goods supplied under the
    framework are produced in accordance with all International Labour Organisation (ILO) conventions that have been ratified by the country of their origin, in particular, labour standards, working conditions and the use of child labour.
  • Workforce Matters: including the empowerment and training of employees,
    committed to fair work practices including no forced zero-hours contracts and a commitment to paying a living wage.
  • SME Engagement in Supply Chain: Warehousing (Bonded Storage),
    Deployment and Bespoke Delivery services will be provided by Capito, a
    Scottish SME, based in Livingston.
  • Community Benefits: HP are committed to investing in Scotland and will provide a range of community benefits via the framework.

Pricing

Lot 1 offers a fixed price margin that is applied to the contracts cost price.

Suppliers

Mobile client devices framework supplier.

Lot

Suppliers

Discount from list

Supplier contact details

Single lot

HP Inc UK Limited (4000544)

TBC

Technology peripherals and infrastructure framework agreement.

Reference

SP-21-012

Expiry date

15 May 2024

Procurement contact

Scope

General peripherals:

  • mice/keyboards
  • cameras
  • memory
  • webcams
  • hard disk drives

Audio visual:

  • projector
  • interactive whiteboards
  • accessories

Desktop printers and scanners:

  • desktop printers
  • label printers
  • barcode printers
  • scanners
  • accessories

Network equipment:

  • routers
  • switches
  • hubs
  • access points

Infrastructure:

  • servers
  • storage

Purchase method

This Framework includes multiple suppliers across two Lots. Users within UOS can direct award equipment to Computacenter in Lot 1 up to the value of £24,999.  Mini-competitions are required for Lot 2 and require engagement with procurement.  

For Lot 2 and for Lot 1 where requirements more complex or more than £24,999, please contact the procurement team who will advise.

All orders issued to the supplier via direct award MUST reference the Framework reference SP-21-012 together with the UOS contract reference number if applicable.

Delivery timescales

 TBC by supplier for individual requirements

Sustainability

The suppliers have committed to the following environmental, social and fair work benefits:

  • Maximising energy efficiency through the use of EPEAT and Energy Star certified
  • Products
  • Minimising waste and reducing the use and environmental impact of packaging
  • Minimising waste and supporting the transition to a circular economy through end of life initiatives to recover, refurbish and redeploy equipment
  • Reducing carbon and other greenhouse gases through order consolidation, improving delivery efficiency, reduction in vehicle mileage and use of electric vehicles
  • Minimising the use of hazardous materials and emissions
  • Operation of a WEEE compliant recycling services
  • SME Engagement in Supply Chain: Audio Visual and Video-Conferencing products will be delivered by a network of Scottish based SME partners

Pricing

The pricing is based on the suppliers’ UK’s cost price per item plus the “Mark-up percentage” plus the appropriate delivery charge for the option selected by the Framework Public Body.

Suppliers

Technology peripherals and infrastructure suppliers.

Lot

Suppliers

Supplier contact details

Lot 1 – IT Hardware Catalogue

Computacenter (UK) Ltd (4005001)

Lot 2 – Infrastructure Projects

  • Computacenter (UK) Ltd (4005001)
  • Insight Direct (UK) Ltd (4000592)
  • Softcat PLC (4005902)
  • XMA Limited (4001967)