Contract

HE Framework for Supply, Installation and management of Data Centre Management equipment and Infrastructure (2024)

  • NEUPC Ltd
  • APUC (Advanced Procurement for Universities & Colleges)
  • North Western Universities Purchasing Consortium Ltd
  • Southern Universities Purchasing Consortium
  • London Universities Purchasing Consortium
Show 2 more buyers Show fewer buyers
  • HEPCW (Higher Education Purchasing Consortium, Wales)
  • Crescent Purchasing Consortium (CPC)

F03: Contract award notice

Notice identifier: 2024/S 000-008632

Procurement identifier (OCID): ocds-h6vhtk-03ecba

Published 18 March 2024, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

Contact

Paul Eagleton

Email

p.eagleton@neupc.ac.uk

Telephone

+44 1133443958

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://neupc.ac.uk/

Buyer's address

www.delta-esourcing.com

one.1) Name and addresses

APUC (Advanced Procurement for Universities & Colleges)

APUC Limited, Unit 27,, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

Email

enquiries@apuc-scot.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.apuc-scot.ac.uk/

one.1) Name and addresses

North Western Universities Purchasing Consortium Ltd

Room 404, Crescent House, University of Salford

Salford

M5 4WT

Email

mary.onabanjo@nwupc.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwupc.ac.uk/

one.1) Name and addresses

Southern Universities Purchasing Consortium

Reading Enterprise Centre,, The University of Reading, Earley Gate, Whiteknights Road

Reading

RG6 6BU

Email

supc@reading.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.supc.ac.uk/

one.1) Name and addresses

London Universities Purchasing Consortium

Shropshire House, Road, 179 Tottenham Court

LONDON

W1T 7NZ

Email

enquiries@lupc.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.lupc.ac.uk/

one.1) Name and addresses

HEPCW (Higher Education Purchasing Consortium, Wales)

8th Floor,, 30-36 Newport Road/Heol Casnewydd

Cardiff/Caerdydd

CF24 0DE

Email

h.allaway@wales.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.hepcw.ac.uk/

one.1) Name and addresses

Crescent Purchasing Consortium (CPC)

Procurement House, Unit 23, Leslie Hough Way

Salford,

M6 6AJ

Email

s.gorst@thecpc.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.thecpc.ac.uk/

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

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

HE Framework for Supply, Installation and management of Data Centre Management equipment and Infrastructure (2024)

Reference number

ITS2009 NE

two.1.2) Main CPV code

  • 31154000 - Uninterruptible power supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

NEUPC has now awarded a framework agreement for the provision of Data Centre Management equipment & Infrastructure products and related services. (This opportunity was advertised but it is now closed and is now awarded.) The purpose of the Framework Agreement is to provide HE Institutions and Participating Consortia members with a framework for the Supply, Installation and management of Data Centre Management equipment and Infrastructure plus related Design and Consultancy. Products in scope include a range of data centre management equipment and infrastructure including but not limited to Uninterrupted Power Supplies (UPS), cooling equipment, generators, gas & fire suppression systems, power distribution units (PDU’s), blanking panels, caging. Any or all elements of the supply, Installation, and management of data centre equipment and Infrastructure may be bought via the framework.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1

two.2) Description

two.2.2) Additional CPV code(s)

  • 31156000 - Interruptible power supplies
  • 31174000 - Power supply transformers
  • 31682510 - Emergency power systems
  • 31120000 - Generators
  • 50532300 - Repair and maintenance services of generators
  • 51111200 - Installation services of generators
  • 31161200 - Gas cooling systems
  • 42500000 - Cooling and ventilation equipment
  • 45331230 - Installation work of cooling equipment
  • 42512000 - Air-conditioning installations
  • 45317300 - Electrical installation work of electrical distribution apparatus
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 51112000 - Installation services of electricity distribution and control equipment
  • 31625100 - Fire-detection systems
  • 35111500 - Fire suppression system
  • 44482000 - Fire-protection devices
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 51700000 - Installation services of fire protection equipment
  • 72220000 - Systems and technical consultancy services
  • 72514100 - Facilities management services involving computer operation
  • 39151100 - Racking
  • 44175000 - Panels
  • 71311300 - Infrastructure works consultancy services
  • 44211100 - Modular and portable buildings

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 purpose of the awarded Framework Agreement is to provide Institutions and participating Consortia members with a framework for the Supply, Installation and management of Data Centre Management equipment and Infrastructure. Products in scope include a range of data centre management equipment and infrastructure items including but not limited to Uninterrupted Power Supplies (UPS), cooling equipment, generators, gas & fire suppression systems and power distribution units (PDU’s). Any or all elements of the supply, Installation, management and disposal of data centre equipment and Infrastructure may be bought via the framework. The scope includes provision of the following goods and services: Services in scope - Any or all elements of the supply, Installation, management and maintenance of Data Centre Management equipment and Infrastructure, including removal, relocation, recycling, refurbishment or disposal of Data Centre Management equipment and Infrastructure. Managed Services. Advice on related Sustainability & Energy efficiency and measurement. Carbon monitoring, energy usage monitoring and assistance with reporting on carbon reduction and scope 3. Provision of Modular and mobile data centre infrastructure, edge/micro data centre Infrastructure and infrastructure as part of modular or prefab units, containerised / pre-fab units. Data Centre related Design and or Consultancy services. Preventative maintenance, testing, regular and emergency maintenance of new or existing equipment and Infrastructure is also included. Management of power distribution units (PDUs), Computer room air conditioners (CRACs), and Data Centre building management systems (BMS). Data centre equipment efficiency and energy usage control and monitoring, data centre infrastructure management (DCIM) including the potential for cloud based DCIM systems, ensuring Data Centre management infrastructure operates effectively and efficiently. Data Centre Equipment in scope - Covering UPS, cooling equipment, generators, gas & fire suppression systems, PDUs plus consultancy, plus server & network racks, cabinets, blanking panels, lighting, back-up power, building management equipment. The framework will be made available to all members of participating consortia: their respective memberships (found by following the relevant links) are: http://www.neupc.ac.uk/our-members, https://www.nwupc.ac.uk/our-members, https://www.supc.ac.uk/about-us/our-members/our-members, http://www.apuc-scot.ac.uk/#!/members, http://www.hepcw.ac.uk/members/, http://www.lupc.ac.uk/member-list and https://www.thecpc.ac.uk/. The framework will be for an initial period of two years, with the option for two further extension periods of twelve months each to a total period of four years.This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is possible that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. North Eastern Universities Purchasing Consortium Ltd (NEUPC) is one of six UK Higher Education purchasing consortia established to deliver and manage a wide range of collaborative framework agreements designed to maximise third party expenditure within the higher education sector. Membership of the consortia may be subject to change due to strategic realignment or the inclusion of new members. This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015.

two.2.5) Award criteria

Quality criterion - Name: Management and Technical / Weighting: 15

Quality criterion - Name: Marketing / Weighting: 5

Quality criterion - Name: Supply and Delivery, Installation / Weighting: 30

Quality criterion - Name: Sustainability and CSR / Weighting: 12.5

Quality criterion - Name: Project Management / Weighting: 10

Quality criterion - Name: Warranty and Support / Weighting: 15

Quality criterion - Name: Scenario Question / Weighting: 12.5

Cost criterion - Name: Price basket Appendix / Weighting: 30

Cost criterion - Name: Framework Rate Card / Weighting: 50

Cost criterion - Name: PRICING SCHEDULE for scenario / Weighting: 20

Cost criterion - Name: Note the overall quality price split is 70% Quality / 30% Price / Weighting: 0

two.2.11) Information about options

Options: Yes

Description of options

Option to extend the Contract for up-to two periods of 12 months each. The Maximum Contract length is 48 months.

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

Call offs may involve the use of EU or Research grant funding including but not limited to ERDF or ESIF funding.

two.2.14) Additional information

The Procurement was conducted via the Delta e-sourcing portal. Under no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting documentation. NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so. (Framework now awarded).


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

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 000-031054


Section five. Award of contract

Contract No

ITS2009 NE

Title

HE Framework for Supply, Installation and management of Data Centre Management equipment and Infrastructure (2024)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 February 2024

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Advanced Power Technology Ltd

150 Main Street, West Yorkshire

Addingham

LS29 0LY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02486740

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

2BM Limited

Unit 33 Eldon Business Park, Eldon Road, Chilwell

Nottingham

NG9 6DZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04555159

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Durata UK Ltd

2 Wilfred Whitfield Way, Tees AMP

Middlesbrough

TS2 1EN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

08377119

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Keysource LTD

3, City Place, Beehive Ring Rd, Crawley

Gatwick

RH6 0HA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

03663128

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Sudlows Limited

The Darren Taylor Centre, Hollinwood Avenue, Chadderton

Oldham

OL9 8EE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02253701

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Upnorth Engineering Services Limited

Princesway, Princes Park, Tyne & Wear

Gateshead

NE11 0NF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04366405

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Workspace Technology Limited

Reddicap Trading Estate

Sutton Coldfield

B75 7BU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05302612

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £30,000,000

Total value of the contract/lot: £1

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 10 %

Short description of the part of the contract to be subcontracted

Various elements may be subcontracted


Section six. Complementary information

six.3) Additional information

(This opportunity is now closed), The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

To view this notice, please click here:

https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=847212870" target="_blank">https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=847212870

GO Reference: GO-2024318-PRO-25525442

six.4) Procedures for review

six.4.1) Review body

NEUPC LTD

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Country

United Kingdom