Section one: Contracting authority
one.1) Name and addresses
Crescent Purchasing Consortium Limited
Procurement House, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 1618231860
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Public Sector
Procurement House
Salford
M6 6AJ
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
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 Consortium Limited
Procurement House, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 1618231860
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
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