Opportunity

Software Licenses & Associated Services for Academies and Schools

  • Crescent Purchasing Limited
  • Education

F02: Contract notice

Notice reference: 2022/S 000-010620

Published 25 April 2022, 3:33pm



The closing date and time has been changed to:

13 June 2022, 1:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Crescent Purchasing 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

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 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

Software Licenses & Associated Services for Academies and Schools

Reference number

CA10396 - CPC/JE/01/2022

two.1.2) Main CPV code

  • 48422000 - Software package suites

two.1.3) Type of contract

Supplies

two.1.4) Short description

The CPC is seeking to establish a multi-provider framework agreement on behalf of Academies, Multi-Academy Trusts (MATs) and School CPC members for the provision of Software Licenses & Associated Services for Academies and Schools for a number of areas as detailed below. Lot 1 – Microsoft

Lot 2 – Adobe

Lot 3 – Google for Education and Chrome OS

Lot 4 –Data Security, Backup and Recovery (excluding Microsoft, Adobe, Google and Chrome Software)

Lot 5 - Other Off The Shelf Software including Educational Software

Lot 6 – Multi-Purpose Lot (For Lots 1-5)

two.1.5) Estimated total value

Value excluding VAT: £2,800,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
6

Maximum number of lots that may be awarded to one tenderer: 6

two.2) Description

two.2.1) Title

Lot 1 – Microsoft

Lot No

1

two.2.2) Additional CPV code(s)

  • 48315000 - Desktop-publishing software package
  • 48317000 - Word-processing software package
  • 48991000 - Spreadsheet software package
  • 48422000 - Software package suites
  • 48310000 - Document creation software package

two.2.3) Place of performance

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

Greater Manchester

two.2.4) Description of the procurement

This lot includes but is not limited to the following:

The initial supply and renewal of all current and future Microsoft software products including but not limited to Microsoft 365, Office 365, Enterprise Mobility and Security, Windows, Microsoft Dynamics 365, Microsoft 365 Backup and Advanced Threat Protection and Azure

Agreement types including but not limited to:

• Microsoft Enterprise Education Subscription (EES) Agreement / Campus Agreements

• Select Plus Agreements

• Open Value Subscription Agreements (OVS)

• Cloud Solution Provider (CSP) including perpetual software

• and any future Microsoft Agreement types

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: £466,666

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 – Adobe

Lot No

2

two.2.2) Additional CPV code(s)

  • 48422000 - Software package suites

two.2.3) Place of performance

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

Greater Manchester

two.2.4) Description of the procurement

This lot includes but is not limited to the following:

The initial supply and renewal of all current and future Adobe software products including but not limited to VIP Creative Cloud, Acrobat Document Cloud and Services, Adobe Captivate, Presenter Video Express, Adobe Presenter, Adobe Dimension, Framemaker, Robohelp, Adobe Technical Communication Suite.

Agreement types including but not limited to:

• Enterprise Term License Agreements (ETLA) including Site Licenses, Multi-Site Licenses or Unlimited Licenses

• Cumulative Licensing Program (CLP) Agreements (perpetual licenses)

• Transactional Licensing Program (TLP)

• VIP Agreements (for named user/device licenses)

• and any future Adobe Agreement types

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: £466,666

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 – Google and Chrome OS

Lot No

3

two.2.2) Additional CPV code(s)

  • 48422000 - Software package suites

two.2.3) Place of performance

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

Greater Manchester

two.2.4) Description of the procurement

This lot includes but is not limited to the following:

- The initial supply and renewal of all current and future Google software products including but not limited to Google Workspace software ranges, Google Meet Hardware Licenses, Google Voice, Digital signage software with Firestick, Google Workspace, Data Security, Backup and Recovery Software, Google integration software and Chrome Operating Systems.

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: £466,666

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 –Data Security, Backup and Recovery (excluding Microsoft, Google and Chrome Software as covered in Lots 1, and 3)

Lot No

4

two.2.2) Additional CPV code(s)

  • 48987000 - Debugging software package
  • 48318000 - Scanner software package
  • 48422000 - Software package suites

two.2.3) Place of performance

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

Greater Manchester

two.2.4) Description of the procurement

This lot includes but is not limited to the following:

The initial supply and renewal of all current and future Data Security, Backup and Recovery software for business continuity including but not limited to Absolute Software, Acronis, Arc Serve, Commvault, COMODO, Datto, Eset, F5, Forcepoint, FortiGate, Panda Security, Solar Winds, Sonicwall, Sophos, Trend, Veeam and other Data Security, Backup and Recovery software.

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: £466,666

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 – Other Off the Shelf Software including Educational Resources Software

Lot No

5

two.2.2) Additional CPV code(s)

  • 48422000 - Software package suites

two.2.3) Place of performance

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

Greater Manchester

two.2.4) Description of the procurement

This lot includes but is not limited to the following:

The initial supply and renewal of all current and future software covering but not limited to music and film editing software, speech recognition software, other educational learning and resource packages including but not limited to similarity detection software, subject specific software and multi disciplines, packages for students, teachers and parents including any mobile applications, learning journals, records and ePortfolio software. AI/BI, software, development software, design and graphics software. Mobile Device / Enterprise Management Software. Virtualisation and cloud computing software and Integration software.

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: £466,666

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 6 – Multi-Purpose Lot for 1- 5 inclusive

Lot No

6

two.2.2) Additional CPV code(s)

  • 48317000 - Word-processing software package
  • 48318000 - Scanner software package
  • 48221000 - Internet browsing software package
  • 48991000 - Spreadsheet software package
  • 48222000 - Web server software package
  • 48315000 - Desktop-publishing software package
  • 48316000 - Presentation software package
  • 48987000 - Debugging software package
  • 48422000 - Software package suites

two.2.3) Place of performance

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

Greater Manchester

two.2.4) Description of the procurement

Lot 6 covers all the requirements detailed under lots 1-5 as above

Please note Lot 6 is aimed at members that have a requirement covering two or more lots. Members may use lot 6 for such requirements or split their requirements and go out under the relevant lots as per their requirement.

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: £466,666

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

List and brief description of selection criteria

See documentation

Minimum level(s) of standards possibly required

See documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

See documentation

Minimum level(s) of standards possibly required

See documentation


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: 60

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: 2021/S 000-028548

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

Originally published as:

Date

30 May 2022

Local time

1:00pm

Changed to:

Date

13 June 2022

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

30 May 2022

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Crescent Purchasing Limited trading as Crescent Purchasing Consortium (CPC), is a company registered in England and Wales. Registered Number: 06774578. Charity Number: 113461. Registered Office: Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ.

CPC was established in 2000 and are a purchasing consortium owned and run by the FE sector. Our team is made up of experienced and dedicated procurement experts who offer support and guidance to our members and suppliers.

CPC is part of the CPL Group. CPL Group is owned by the education sector and is comprised of three not-for-profit procurement organisations that provide support and services to educational establishments and the Wider Public Sector; Crescent Purchasing Consortium, Tenet Education Services and Tent Procurement Services.

Further details can be found at the below link:

https://cpl.group/

Our main purpose is to produce framework agreements, and dynamic purchasing system agreements that are compliant with The Public Procurement (Amendments Etc.) (EU Exit) Regulations 2020. Further details can be found at the below link:

The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 (legislation.gov.uk)

CPC then promote these framework agreements to CPC members through various platforms such as our website, conferences, regional meetings, email lists and a supplier directory. CPC framework agreements cover a wide variety of products and services, and our aim is to continue to develop this portfolio in line with our members' needs.

We harness the collective spending power of our members to drive down costs meaning that we can often deliver savings that could not be obtained through tenders done by individual institutions.

We offer CPC Members a multi layered support function providing advice and guidance through our Helpdesk, Contracting Team, and our Regional Procurement Advisors. Members are provided with specialist advice on best spending practices and how to obtain best value for money for goods and services.

CPC currently has over 80 framework agreements in place and more than 8500 members. CPC membership is continuing to grow and consists of further education colleges/institutions, universities, sixth forms, academies, schools, museums, and other similar organisations.

CPC members are distributed across the UK, details for which can be found below by regional split:

https://www.thecpc.ac.uk/members/regions.php

A list of members within a region, can then be viewed by clicking on each region name.

Please NOTE this agreement is for access by Academies and Schools CPC members only. However, Academies and Schools make up over 7000 members of the total current CPC membership.

Local Authorities may also wish to join CPC when procuring on behalf of Educational Establishments (Schools).

The Framework Agreement is also open to future Academies and Schools that become members of the CPC, with details available here:

Get Information about Schools - GOV.UK (get-information-schools.service.gov.uk)

Membership of CPC is free for Institutions, and there is no mandate upon members to use the framework agreements put in place. Funding for CPC’s services is provided by retrospective marketing premiums from approved suppliers, based on spend with CPC members.

It is a requirement of the Framework Agreement that the selected supplier(s) extend the terms to all eligible Institutions, as defined by the CPC for Academies, Multi-Academy Trusts (MATs) and Schools and Local Authorities procuring on behalf of Schools.

Local Authorities including EANI (Education Authority Northern Ireland) may also wish to use the resulting Framework Agreement when procuring on behalf of Educational Establishments for Schools. Details for which can be found at the below links.

https://www.local.gov.uk

https://www.eani.org.uk

CPC reserves the right during the period of this agreement to make additions to or subtractions from the list of participating Institutions.

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