Tender

National Desktop and Notebook Agreement (NDNA)

  • London Universities Purchasing Consortium

F02: Contract notice

Notice identifier: 2022/S 000-001519

Procurement identifier (OCID): ocds-h6vhtk-030c88

Published 18 January 2022, 5:21pm



Section one: Contracting authority

one.1) Name and addresses

London Universities Purchasing Consortium

Shropshire House, 179 Tottenham Court Road, Fitzrovia

London

W1T 7NZ

Contact

Mike Kilner

Email

m.kilner@lupc.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

https://www.lupc.ac.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/81165

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42576&B=LUPC

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42576&B=LUPC

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

National Desktop and Notebook Agreement (NDNA)

Reference number

ITS5071 LU

two.1.2) Main CPV code

  • 30210000 - Data-processing machines (hardware)

two.1.3) Type of contract

Supplies

two.1.4) Short description

London Universities Purchasing Consortium (LUPC), a company limited by guarantee, is undertaking this recurrent tendering process on behalf of National

Desktop and Notebook Agreement and leads a multi-HE Consortia working party that oversees the procurement of Desktop, Notebook, 2-in-1 Hybrid

devices, Tablet and Workstation PCs and attached accessories for the Higher Education sector and associated public sector bodies throughout the UK.

two.1.5) Estimated total value

Value excluding VAT: £600,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

National Desktop and Notebook Agreement (NDNA)

Lot No

1

two.2.2) Additional CPV code(s)

  • 30213300 - Desktop computer
  • 30231000 - Computer screens and consoles
  • 30214000 - Workstations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK and international Higher Education campuses

two.2.4) Description of the procurement

London Universities Purchasing Consortium (LUPC), a company limited by guarantee, is undertaking this recurrent tendering process on behalf of National

Desktop and Notebook Agreement and leads a multi-HE Consortia working party that oversees the procurement of Desktop, Notebook, 2-in-1 Hybrid

devices, Tablet and Workstation PCs and attached accessories for the Higher Education sector and associated public sector bodies throughout the UK.

LUPC is seeking to establish framework agreements for participating institutions with three or more suppliers across each of the three lots. It is envisaged that these

arrangements will commence on 1.8.2022 and will continue for a period of three years with the facility to extend for a further one year subject to agreement

between the parties. This requirement automatically covers Full or Associate Members within the higher education regional purchasing consortia as follows:

London Universities Purchasing Consortium (LUPC) http://www.lupc.ac.uk/list-of-members.html; Southern Universities Purchasing Consortium (SUPC) http://www.supc.ac.uk/engage/our-members/our-members; North Eastern Universities Purchasing Consortium (NEUPC) http://www.neupc.ac.uk/our-members; North Western Universities Purchasing Consortium (NWUPC) http://www.nwupc.ac.uk/our-members; Advanced Procurement for Universities and Colleges (APUC) http://www.apuc-scot.ac.uk/#!/members and Higher Education Purchasing Consortium Wales (HEPCW) http://www.hepcw.ac.uk/members/

Members of the consortia either already are or may be drawn from the Higher Education sector, Further Education sector, the Research Council and other

Public and Third Sector bodies principally but not exclusively from the education, arts, sciences and cultural sectors.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £600,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

To be reviewed before or at the end of 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The agreement is initially for a period of 36 months with one further 12 month option available.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

It is anticipated that some of the future call-off contracts under this framework will be part-funded from external streams, including European Union (EU) funding (ERDF/ESIF) and potentially other research bodies. All funding accessed under this framework will

be considered compliant for the purposes of external funding by the named participants.

two.2) Description

two.2.1) Title

Notebook/Laptop PCs including 2-in-1 Hybrid devices, Mobile Workstations and Tablets

Lot No

2

two.2.2) Additional CPV code(s)

  • 30213100 - Portable computers
  • 30231000 - Computer screens and consoles
  • 30214000 - Workstations
  • 30213200 - Tablet computer

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK and international Higher Education campuses

two.2.4) Description of the procurement

See main description

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £600,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

To be reviewed before or at the end of 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The agreement is initially for a period of 36 months with one further 12 month option available.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

It is anticipated that some of the future call-off contracts under this framework will be part-funded from external streams, including European Union (EU) funding (ERDF/ESIF) and potentially other research bodies. All funding accessed under this framework will

be considered compliant for the purposes of external funding by the named participants.

two.2) Description

two.2.1) Title

Desktop and Notebook One-Stop Shop

Lot No

3

two.2.2) Additional CPV code(s)

  • 30213000 - Personal computers
  • 30214000 - Workstations
  • 30213100 - Portable computers
  • 30213200 - Tablet computer
  • 30213300 - Desktop computer
  • 30231000 - Computer screens and consoles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK and international Higher Education campuses

two.2.4) Description of the procurement

See main description

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £600,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

To be reviewed before or at the end of 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The agreement is initially for a period of 36 months with one further 12 month option available.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

It is anticipated that some of the future call-off contracts under this framework will be part-funded from external streams, including European Union (EU) funding (ERDF/ESIF) and potentially other research bodies. All funding accessed under this framework will

be considered compliant for the purposes of external funding by the named participants.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 8

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 March 2022

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 March 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48 months from this publication

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

London Universities Purchasing Consortium

Shropshire House, 179 Tottenham Court Road, Fitzrovia

London

W1T 7NZ

Email

m.kilner@lupc.ac.uk

Telephone

+44 2073072760

Country

United Kingdom

Internet address

http://www.lupc.ac.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

LUPC will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland) within 30 days of knowledge or constructive knowledge of breach.