Section one: Contracting authority
one.1) Name and addresses
Nottingham Trent University
50 Shakespeare Street
Nottingham
NG1 4FQ
Contact
Purchasing Department
alexei.lambley-steel@ntu.ac.uk
Telephone
+44 1158484590
Fax
+44 1158488770
Country
United Kingdom
NUTS code
UKF - East Midlands (England)
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/ntu/aspx/Home
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
2057 Laptops and Desktops Framework
Reference number
NTU/21/2057/ALS
two.1.2) Main CPV code
- 30200000 - Computer equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
See Main description and Tender documentation or further details.
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
two.2.4) Description of the procurement
Nottingham Trent University (NTU) is looking for a partnership or service offering to deliver a range of computer devices and accessories to support learning, teaching, research, and management of university functions. It is envisioned that a solution will incorporate the following features: Equipment requirementsNTU will require a range of computer equipment to support our students and staff. We have developed several personas to better understand our user groups' requirements and prepare for the classroom and workplace of the future. To support each persona, we have defined a standard equipment set to support effective working.Most of our staff use laptops for enhanced mobility and flexibility, with docks to support desk-based work. We anticipate a standard laptop with low weight and long battery life but with the capabilities to run all standard office software flawlessly. In addition, we have more specific requirements for touchscreen laptops and detachable hybrid laptop/tablets to support mobile working.We also offer a large number of desktop devices in communal areas primarily for students, preferably as an All-in-one device. For desk-based workers, we use ultra-small and small form-factor computers to provide additional computing power.In order to support lecture capture, we use small form factor and ultra-small form PC’s, equipped with sufficient RAM and processors with capable of processing multi-source video with minimal lag. Interface ports are important to support a range of USB 3.0 (minimum) peripherals and should be on the rear of the product.To provide digital signage, with remote management, and the capabilities to display video at a range of screen sizes, we require ultra-small form factor PCs, with video outputs suitable to support a minimum 4K UHD. Where the situation arises, we may need more specialist devices to support specific projects. The vendor should be able to provide 'bespoke' or custom builds to meet the requirements (See Tab 7 of Schedule 4 Commercial offer for example of.)In addition to laptop and desktop devices, we will also require a range of accessories and peripherals, such as monitors, keyboards, mice, and docks to support all portable devices. A range of peripherals should be available, including wired and wireless, where appropriate. In order to support cross-compatibility, docks should provide power through USB-C and support dual-screen displays.Where new technologies become available, we should be able to procure these within this agreement. In addition, we would expect the vendor to provide consultancy to assist us in deciding to onboard new technologies.Stock availability and ordering processesIn order to provide a consistent and reliable service to our staff and students, the University requires the vendor to hold our standard builds in stock for next day delivery. NTU holds no obligation to commit to purchase any stock held, nor should it be liable for 'bonded stock'. Device types should include consistent component choice over agreed time periods. Specialist configurations should be made available, including options from a wide range of manufacturers to meet specific needs.NTU should be able to purchase devices on a 'supply only' basis, including support and warranty, and as a 'managed service'. The option of a staff or student online storefront may be available.In order to support large scale rollout or change of devices at NTU, the vendor should have sufficient warehouse space to manage inventory. This may include the provision of evaluation equipment to support the transition to a new model.The University may place large amounts of equipment orders, which should be stored at the vendor as 'bonded stock'. The University should be able to request part delivery of these orders, with next day delivery.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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: No
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 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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The framework agreement will not exceed 4 years in duration.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 December 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
2 December 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
London
Country
United Kingdom