Section one: Contracting authority
one.1) Name and addresses
University of Lincoln
Brayford Pool,, Campus Way
Lincoln
LN6 7TS
Contact
Vasos Melides
Telephone
+44 1522837188
Country
United Kingdom
Region code
UKF3 - Lincolnshire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Lincoln:-Uninterruptible-power-supplies./2M7VECBSE4
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/2M7VECBSE4
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
Supply, Servicing and Maintenance of Uninterruptable Power Supply Units
Reference number
398
two.1.2) Main CPV code
- 31154000 - Uninterruptible power supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
The University of Lincoln are looking for a Supplier that will provide the University with UPS equipment, that the Supplier will conduct physical checks/inspections and make recommendations to improve the University’s UPS provision. All of the University’s UPS’s and battery equipment will be subject to the physical maintenance assessment checks (annual service visits), which shall be conducted every 12 months and not exceeding. The purpose of the maintenance visit is to check and assess the condition of existing equipment, and highlight any actions required to keep the equipment in a fully functioning state, without introducing any risk to the University.
two.1.5) Estimated total value
Value excluding VAT: £1,400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31174000 - Power supply transformers
- 31682510 - Emergency power systems
- 51112000 - Installation services of electricity distribution and control equipment
two.2.3) Place of performance
NUTS codes
- UKF3 - Lincolnshire
- UKF30 - Lincolnshire
Main site or place of performance
Lincolnshire,Lincolnshire
two.2.4) Description of the procurement
The University are looking for a Supplier that will provide the University with UPS equipment, that the will conduct physical checks/inspections and make recommendations to improve the University’s UPS provision. All of the University’s UPS’s and battery equipment will be subject to the physical maintenance assessment checks (annual service visits), which shall be conducted every 12 months and not exceeding. The purpose of the maintenance visit is to check and assess the condition of existing equipment, and highlight any actions required to keep the equipment in a fully functioning state, without introducing any risk to the University.
The University has invested heavily in its IT power infrastructure over the last 10 years, installing fully managed UPS and PDU solutions, bypass switches and by monitoring IT spaces with network-based monitoring appliances.
The campuses include over 30 buildings, with over 95% including IT infrastructure. Currently the University has over 100 UPS (uninterruptible power supply) installations, over 140 PDUs (power distribution unit) and circa 25 environmental and security monitoring appliances. The University is committed to providing UPS cover for a minimum of one hour in most of its buildings, to guarantee continual IT provision for most power supply incidents.
This contract will cover the supply, the maintenance, the servicing, installation, upgrading, consulting and remote support for all of the University's UPS requirements, including, but not limited to: UPS devices, batteries, battery packs/shelf, peripherals/consumables, racks, bypass panels, transfer switches, surveillance monitoring equipment, device and surveillance pack licences, annual software support etc.
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: £1,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Following the 48 month term of the contract, the contract will be reviewed and renewed if deemed appropriate.
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 72 months.
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
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 October 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 October 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 6 years
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-Lincoln:-Uninterruptible-power-supplies./2M7VECBSE4" target="_blank">https://neupc.delta-esourcing.com/tenders/UK-UK-Lincoln:-Uninterruptible-power-supplies./2M7VECBSE4
To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/2M7VECBSE4" target="_blank">https://neupc.delta-esourcing.com/respond/2M7VECBSE4
GO Reference: GO-202398-PRO-23830778
six.4) Procedures for review
six.4.1) Review body
University of Lincoln
Brayford Pool,, Campus Way
Lincoln
LN6 7TS
Telephone
+44 1522837188
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will incorporate a minimum of 10 calendar days standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to applicants of the award decision.
This notification will provide the information that tenderers are legally entitled to regarding the award decision. The standstill period provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).