Tender

ICT Hardware & Peripherals Equipment Framework Agreement

  • Crescent Purchasing Consortium Limited
  • Public Sector
  • Education

F02: Contract notice

Notice identifier: 2024/S 000-008279

Procurement identifier (OCID): ocds-h6vhtk-04258d

Published 14 March 2024, 4:57pm



The closing date and time has been changed to:

22 April 2024, 1:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Crescent Purchasing Consortium Limited

Procurement House, Leslie Hough Way

Salford

M6 6AJ

Email

j.edwards@thecpc.ac.uk

Telephone

+44 1618231860

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

one.1) Name and addresses

Public Sector

Procurement House

Salford

M6 6AJ

Email

j.edwards@thecpc.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

one.1) Name and addresses

Education

Procurement House

Salford

M6 6AJ

Email

j.edwards@thecpc.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

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 Consortium Limited

Procurement House, Leslie Hough Way

Salford

M6 6AJ

Email

j.edwards@thecpc.ac.uk

Telephone

+44 1618231860

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

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

ICT Hardware & Peripherals Equipment Framework Agreement

Reference number

CA13783 - CPC /JE/01/2023

two.1.2) Main CPV code

  • 30237300 - Computer supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

CPC intends to put a framework agreement in place with multiple suppliers for the supply of ICT hardware and peripherals equipment, and related services, open to both manufacturers and resellers that will offer additional benefits through collaborative and innovative partnerships with CPC members and the wider pubic sector. A list of members split by region can be found here: Member Regions - Crescent Purchasing Consortium (CPC) (thecpc.ac.uk) Future members of the CPC will be from the education sector, with details available here: Get Information about Schools - GOV.UK (get-information-schools.service.gov.uk) Wider Public Sector details can be found here: Public sector classification guide - Office for National Statistics (ons.gov.uk), Departments, agencies and public bodies - GOV.UK - GOV.UK (www.gov.uk) Details are also included on the CPC website at: Eligible Public Sector Bodies - Crescent Purchasing Consortium (CPC) (thecpc.ac.uk) This replaces Multiquote reference CA13314

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Desktop PC and Portable Device Solutions

Lot No

1

two.2.2) Additional CPV code(s)

  • 72500000 - Computer-related services
  • 30237410 - Computer mouse
  • 72590000 - Computer-related professional services
  • 39134000 - Computer furniture
  • 30237200 - Computer accessories
  • 30213200 - Tablet computer
  • 30237460 - Computer keyboards
  • 30213300 - Desktop computer
  • 30200000 - Computer equipment and supplies
  • 30237300 - Computer supplies

two.2.3) Place of performance

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

uk

two.2.4) Description of the procurement

This Lot is for the provision of goods and services including but not limited to supply, and supply and installation (where required) for desktop computers (Tower, Small Form Micro and All In Ones), thin clients, laptops, notebooks, netbooks including Chromebooks, tablets, PDA’s, mobile internet devices (excluding mobile phones), high performance and gaming / eSports desktops and laptops, and all other related products including ICT furniture. The scope includes, new as well as, refurbished equipment and remanufactured equipment, bespoke equipment, new and emerging ICT hardware. Services include but are not limited to installation, imaging services, maintenance services, other relevant services including asset tagging, mobile device management, training & support for all solutions.

The lot also includes equipment and peripherals not limited to charging carts, docking stations and storage trolleys, printers, scanners, monitors, keyboards and mice, including both wired and wireless, virtual reality equipment, gaming equipment, headphones, earphones, external hard drives, memory upgrades, speakers, spares, cables, components & accessories including locks and brackets, carry cases, memory sticks, telephone handsets (not complete systems) and other related products, including new and emerging technologies. The lot also covers the provision of software, where sold with equipment.

Please note this lot excludes Apple products.

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: £180,000,000

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

Duration in months

48

This contract is subject to renewal

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: Yes

Identification of the project

This Framework may be used in relation to EU funding and other funding streams.

two.2) Description

two.2.1) Title

Apple Solutions

Lot No

2

two.2.2) Additional CPV code(s)

  • 30237200 - Computer accessories
  • 30200000 - Computer equipment and supplies
  • 72500000 - Computer-related services
  • 30237300 - Computer supplies
  • 30213200 - Tablet computer
  • 30237460 - Computer keyboards
  • 30237410 - Computer mouse
  • 72590000 - Computer-related professional services
  • 39134000 - Computer furniture
  • 30213300 - Desktop computer

two.2.3) Place of performance

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

uk

two.2.4) Description of the procurement

This Lot is for the provision of goods and services including but not limited to supply, and supply and installation for a range of Apple Solutions including desktops, laptops, keyboards and mice including both wired and wireless, monitors, thin clients, tablets, charging carts, docking stations, accessories and cables, new as well as refurbished equipment, and remanufactured equipment, new and emerging Apple technologies , maintenance services, other relevant services including asset tagging, mobile device management and training & support for all solutions. The lot also covers the provision of software, where sold with equipment.

Note: Please note the lot 2 requirement for Apple products has been included within this Framework Agreement, as a named manufacturer due to the technical specification requirements of CPC members and the Wider Public Sector Contracting Authorities accessing this Framework Agreement under regulation 42.(12) – Technical Specifications of the Public Procurement (Amendments Etc.) (EU Exit) Regulations 2020.

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: £20,000,000

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

Duration in months

48

This contract is subject to renewal

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: Yes

Identification of the project

This Framework may be used in relation to EU funding and other funding streams.


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: 26

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-036770

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

Originally published as:

Date

17 April 2024

Local time

1:00pm

Changed to:

Date

22 April 2024

Local time

1:00pm

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

17 April 2024

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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