Opportunity

HENSS2

  • NEUPC Ltd
  • APUC (Advanced Procurement for Universities & Colleges)
  • HEPCW (Higher Education Purchasing Consortium, Wales)
  • LUPC (London Universities Purchasing Consortium)
  • NWUPC (North West Universities Purchasing Consortium)
Show 1 more buyer Show fewer buyers
  • SUPC (Southern Universities Purchasing Consortium)

F02: Contract notice

Notice reference: 2022/S 000-015665

Published 7 June 2022, 4:05pm



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

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.neupc.ac.uk/

Buyer's address

https://neupc.delta-esourcing.com/

one.1) Name and addresses

APUC (Advanced Procurement for Universities & Colleges)

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

Contact

Lorona Watts

Email

enquiries@apuc-scot.ac.uk

Telephone

+44 1314428950

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

Buyer's address

https://www.apuc-scot.ac.uk/#!/tender

one.1) Name and addresses

HEPCW (Higher Education Purchasing Consortium, Wales)

8th Floor, 30-36 Newport Road,

Cardiff,

CF24 0DE

Contact

Howard Allaway

Email

hepcw@wales.ac.uk

Telephone

+44 2920874016

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.hepcw.ac.uk/

Buyer's address

http://www.hepcw.ac.uk/for-suppliers/

one.1) Name and addresses

LUPC (London Universities Purchasing Consortium)

Shropshire House, 179 Tottenham Court Road

London

W1T 7NZ

Contact

Mike Kilner

Email

enquiries@lupc.ac.uk

Telephone

+44 2073072760

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.lupc.ac.uk/

Buyer's address

https://www.lupc.ac.uk/suppliers/become-a-supplier/

one.1) Name and addresses

NWUPC (North West Universities Purchasing Consortium)

Room 404, 4th Floor, Crescent House, University of Salford

Salford

M5 4WT

Contact

Paula Lister

Email

Paula.Lister@nwupc.ac.uk

Telephone

+44 1612348006

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

Buyer's address

https://www.nwupc.ac.uk/how-to-become-a-supplier-to-nwupc

one.1) Name and addresses

SUPC (Southern Universities Purchasing Consortium)

The University of Reading, Earley Gate, Whiteknights Road

Reading

RG6 6BU

Contact

Paula Lister

Email

supc@reading.ac.uk

Telephone

+44 1183784304

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

Buyer's address

https://www.supc.ac.uk/become-a-supplier/

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://neupc.delta-esourcing.com/

Additional information can be obtained from the above-mentioned address

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

HENSS2

Reference number

ITS2008NE

two.1.2) Main CPV code

  • 32400000 - Networks

two.1.3) Type of contract

Supplies

two.1.4) Short description

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. NEUPC wishes to develop a national framework agreement to service the requirements of UK Higher Education Institutions and Associate members for the supply of Networking Equipment and Services through a framework for Higher Education Networking equipment and services, for the supply, installation, storage, maintenance, and repair of Networking Equipment and Networking Consultancy provision. This framework will consist of 4 lots to provide a complete provision of network equipment only (lot 1), network equipment and services (lots 2 and 3) and Independent Consultancy only (lot 4).

two.1.5) Estimated total value

Value excluding VAT: £55,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders who choose to bid for any or all of Lots 1 to 3 may be awarded on any or all of Lots 1 to 3 inclusive if successful, but not Lot 4. Bidders who choose to bid for Lot4, may not be awarded on any or all of Lots 1 to 3 inclusive.

two.2) Description

two.2.1) Title

Networking Equipment Supply Only

Lot No

1

two.2.2) Additional CPV code(s)

  • 30237110 - Network interfaces
  • 32420000 - Network equipment
  • 30237135 - Network interfaces cards
  • 32400000 - Networks
  • 32410000 - Local area network
  • 32412110 - Internet network
  • 32412120 - Intranet network
  • 32413100 - Network routers
  • 32415000 - Ethernet network
  • 32421000 - Network cabling
  • 32422000 - Network components
  • 32423000 - Network hubs
  • 32424000 - Network infrastructure
  • 32427000 - Network system
  • 32428000 - Network upgrade
  • 32430000 - Wide area network

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

Supply of equipment (and associated licences) to be installed by Institution, lease option included. Includes warranty support only. Including Gateways, Routers, Switches, Bridges, Hubs, Repeaters, Multilayer switches, Bridge Routers, Proxy Servers, Firewalls, Network address translator, ISDN terminal adapter, network interface controller, wireless network interface controller, network monitoring systems, CWDM optical platforms, DWDM optical platforms, IP Video Products, IP Security Systems, Wireless Client Adapters and Protocol Converters and Ethernet adaptors. This list is not exhaustive, all wired and wireless networking equipment is included within the remit. This agreement will be open to universities 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 anticipated 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.

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 14

Objective criteria for choosing the limited number of candidates:

Objective criteria is Included within the tender documentation. It is envisaged that a maximum of nine suppliers will be awarded to each lot (Lots 1-3). A maximum of fourteen suppliers will be invited to tender for each lot at ITT (Lots 1-3). Refer to ITT documents.

two.2.10) Information about variants

Variants will be accepted: No

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

To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/2V4R37774Q

two.2) Description

two.2.1) Title

Routine / Low value Networking Projects.

Lot No

2

two.2.2) Additional CPV code(s)

  • 32400000 - Networks
  • 72700000 - Computer network services
  • 32420000 - Network equipment
  • 30237110 - Network interfaces
  • 30237135 - Network interfaces cards
  • 32410000 - Local area network
  • 32412110 - Internet network
  • 32412120 - Intranet network
  • 32413100 - Network routers
  • 32415000 - Ethernet network
  • 32421000 - Network cabling
  • 32422000 - Network components
  • 32423000 - Network hubs
  • 32424000 - Network infrastructure
  • 32427000 - Network system
  • 32428000 - Network upgrade
  • 32430000 - Wide area network
  • 48219000 - Miscellaneous networking software package
  • 50312300 - Maintenance and repair of data network equipment
  • 50312320 - Repair of data network equipment
  • 72710000 - Local area network services
  • 72720000 - Wide area network services
  • 72000000 - IT services: consulting, software development, Internet and support

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

Routine / Low value Networking Projects, covering any aspects of Networking equipment and services in any combination, including equipment provision, design, storage, implementation, maintenance, training, through to final disposal. No Managed Service option . No lease option. Projects up-to £150,000. This list is not exhaustive.

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: £10,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 14

Objective criteria for choosing the limited number of candidates:

Objective criteria is Included within the tender documentation. It is envisaged that a maximum of nine suppliers will be awarded to each lot (Lots 1-3). A maximum of fourteen suppliers will be invited to tender for each lot at ITT (Lots 1-3). Refer to ITT documents.

two.2.10) Information about variants

Variants will be accepted: No

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 will be conducted via the Delta e-sourcing portal on the notice link. 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.

two.2) Description

two.2.1) Title

Core Networking Projects.

Lot No

3

two.2.2) Additional CPV code(s)

  • 32400000 - Networks
  • 72700000 - Computer network services
  • 32420000 - Network equipment
  • 30237110 - Network interfaces
  • 30237135 - Network interfaces cards
  • 32410000 - Local area network
  • 32412110 - Internet network
  • 32412120 - Intranet network
  • 32413100 - Network routers
  • 32415000 - Ethernet network
  • 32421000 - Network cabling
  • 32422000 - Network components
  • 32423000 - Network hubs
  • 32424000 - Network infrastructure
  • 32427000 - Network system
  • 32428000 - Network upgrade
  • 32430000 - Wide area network
  • 48219000 - Miscellaneous networking software package
  • 50312300 - Maintenance and repair of data network equipment
  • 50312320 - Repair of data network equipment
  • 72710000 - Local area network services
  • 72720000 - Wide area network services

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

Covering any or all aspects of Networking in any combination, including equipment, design, storage, implementation, maintenance, training, Managed Service option (network maintenance, monitoring of attached network devices, monthly status reporting, implementation of upgrades/patches and user administration of both current and newly procured Infrastructure), through to final disposal. Projects over £150,000. Lease option on equipment. This list is not exhaustive.

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: £24,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 14

Objective criteria for choosing the limited number of candidates:

Objective criteria is Included within the tender documentation. It is envisaged that a maximum of nine suppliers will be awarded to each lot (Lots 1-3). A maximum of fourteen suppliers will be invited to tender for each lot at ITT (Lots 1-3). Refer to ITT documents.

two.2.10) Information about variants

Variants will be accepted: No

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 will be conducted via the Delta e-sourcing portal on the notice link. 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.

two.2) Description

two.2.1) Title

Lot 4 Consultancy Only

Lot No

4

two.2.2) Additional CPV code(s)

  • 32400000 - Networks
  • 32427000 - Network system
  • 72220000 - Systems and technical consultancy services
  • 72246000 - Systems consultancy services
  • 72600000 - Computer support and consultancy services
  • 32410000 - Local area network
  • 32412110 - Internet network
  • 32412120 - Intranet network
  • 32415000 - Ethernet network
  • 32424000 - Network infrastructure
  • 32430000 - Wide area network

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

All aspects of networking consultancy from an independent perspective. This lot is not open to suppliers on lots 1-3 to avoid any conflicts of interest.

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: £1,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 4

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Objective criteria is Included within the tender documentation. It is envisaged that a maximum of three suppliers will be awarded to Lot4. A maximum of five suppliers will be invited to tender for Lot4 at ITT. Refer to ITT documents.

two.2.10) Information about variants

Variants will be accepted: No

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 will be conducted via the Delta e-sourcing portal on the notice link. 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.


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

Restricted 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

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 000-028497

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

Date

14 July 2022

Local time

4:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

9 August 2022

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Networks./2V4R37774Q

To respond to this opportunity, please click here:

https://neupc.delta-esourcing.com/respond/2V4R37774Q

GO Reference: GO-202267-PRO-20271627

six.4) Procedures for review

six.4.1) Review body

NEUPC LTD

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Email

admin@neupc.ac.uk

Telephone

+44 1134871762

Country

United Kingdom

Internet address

http://www.neupc.ac.uk/