- 1. Crescent Purchasing Limited
- 2. London Universities Purchasing Consortium
- 3. Southern Universities Purchasing Consortium
- 4. Advanced Procurement for Universities and Colleges (APUC)
- 5. Higher Purchasing Consortium Wales
- 6. North Eastern Universities Purchasing Consortium Ltd
- 7. North Western Universities Purchasing Consortium Ltd
- 8. Public Sector
- 9. Education
Section one: Contracting authority
one.1) Name and addresses
Crescent Purchasing Limited
Procurement House, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 1619740945
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Road
London
W1T 7NZ
Telephone
+44 2073072760
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Southern Universities Purchasing Consortium
Science and Technology Centre, University of Reading
Reading
RG6 6BZ
Telephone
+44 1189357081
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Advanced Procurement for Universities and Colleges (APUC)
Unit 27, Stirling Business Centre
Wellgreen
FK8 2DZ
Telephone
+44 1314428930
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Higher Purchasing Consortium Wales
8th Floor, 30 -36 Newport road
Cardiff
CF24 0DE
Telephone
+44 2920879201
Country
United Kingdom
NUTS code
UKL22 - Cardiff and Vale of Glamorgan
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
North Eastern Universities Purchasing Consortium Ltd
c/o Leeds Innovation Centre, 103 Clarendon Road
Leeds
LS2 9DF
Telephone
+44 1133443957
Country
United Kingdom
NUTS code
UKE42 - Leeds
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
North Western Universities Purchasing Consortium Ltd
Crescent House, University of Salford Room 404
Salford
M5 4WT
natasha.peacock@manchester.ac.uk
Telephone
+44 1612348003
Country
United Kingdom
NUTS code
UKD33 - Manchester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Public Sector
Procurement House
Salford
M6 6AJ
Telephone
+44 1612348003
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Education
Procurement House
Salford
M6 6AJ
Telephone
+44 1612348003
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
Crescent Purchasing Limited
Procurement House, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 1619740945
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
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
Drinking Water Dispensers and Associated Services Framework
Reference number
CA11944 - CPC/MW/01/2023
two.1.2) Main CPV code
- 31141000 - Water coolers
two.1.3) Type of contract
Supplies
two.1.4) Short description
CPC are looking to expand from the previous iteration of this framework agreement offering members an easy and compliant route to market for all of their Drinking Water Dispensers and Associated Service requirements.
This Framework agreement will be open to the CPC Members, Education Sector, Wider Pubic Sector, Local Authorities procuring on behalf of Educational Establishments, as well as members of the following education consortia;
North Western University Purchasing Consortium http://www.nwupc.ac.uk
North Eastern Universities Purchasing Consortium http://www.neupc.ac.uk
London Universities Purchasing Consortium http://www.lupc.ac.uk
Southern Universities Purchasing Consortium http://supc.ac.uk
Advanced Procurement for Universities and Colleges http://www.apuc-scot.ac.uk
Higher Education Purchasing Consortium Wales http://www.hepcw.ac.uk
two.1.5) Estimated total value
Value excluding VAT: £7,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
5
Maximum number of lots that may be awarded to one tenderer: 5
two.2) Description
two.2.1) Title
Lot 1 - Bottled Water Dispensers
Lot No
1
two.2.2) Additional CPV code(s)
- 31141000 - Water coolers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
The supply and ongoing maintenance of bottled water dispensers including but not limited to countertop and free-standing dispensers. This lot also covers additional services associated with water dispensers such as site surveys, sanitisation checks in line with industry standards, ongoing maintenance visits, supply of bottled water, removal of used water bottles etc. Suppliers will also be able to provide advice and guidance to members to determine the best machine and location for their requirements.
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: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Plumb in Water Dispensers
Lot No
2
two.2.2) Additional CPV code(s)
- 31141000 - Water coolers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
the supply, installation and ongoing maintenance of plumbed in water dispensers including but not limited to countertop and free-standing dispensers. This lot also covers additional services associated with water dispensers such as site surveys, sanitisation checks in line with industry standards, ongoing maintenance visits etc. Suppliers will also be able to provide advice and guid-ance to members to determine the best machine and location for their requirements.
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: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 - External Drinking Water Fountains
Lot No
3
two.2.2) Additional CPV code(s)
- 65111000 - Drinking-water distribution
- 31141000 - Water coolers
- 41110000 - Drinking water
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
The supply, installation and ongoing maintenance of external drinking water fountains. This lot also covers additional services associated with external drinking water fountains such as site sur-veys and ongoing maintenance visits etc. Suppliers will also be able to provide advice and guid-ance to members to determine the best machine and location for their requirements.
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: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4 - Hot Water Dispensers
Lot No
4
two.2.2) Additional CPV code(s)
- 31141000 - Water coolers
- 42161000 - Hot-water boilers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
The supply, installation and ongoing maintenance of hot water dispensers including but not lim-ited to wall mounted and countertop boilers. This lot also covers additional services associated with water boilers such as site surveys, sanitisation checks in line with industry standards, ongo-ing maintenance visits etc. Suppliers will also be able to provide advice and guidance to mem-bers to determine the best machine and location for their requirements.
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: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 5 - Integrated Tap Systems
Lot No
5
two.2.2) Additional CPV code(s)
- 31141000 - Water coolers
- 44411100 - Taps
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
The supply, installation and ongoing maintenance of Integrated Tap Systems. This lot also covers additional services associated with Integrated Tap Systems such as site surveys, sanitisation checks in line with industry standards, ongoing maintenance visits etc. Suppliers will also be able to provide advice and guidance to members to determine the best machine and location for their requirements.
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: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
three.1.3) Technical and professional ability
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: 35
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
12 April 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
12 April 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
2018/S 245-561255
six.4) Procedures for review
six.4.1) Review body
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum of a ten calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015, provide for aggrieved parties who have been harmed or are at risk of harm, by breach of the rules to take action in the High Court. Any such action must be brought promptly
six.4.4) Service from which information about the review procedure may be obtained
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
Country
United Kingdom