- 1. North Eastern Universities Purchasing Consortium Ltd
- 2. APUC (Advanced Procurement for Universities & Colleges)
- 3. North Western Universities Purchasing Consortium Ltd
- 4. Southern Universities Purchasing Consortium
- 5. London Universities Purchasing Consortium
- 6. HEPCW (Higher Education Purchasing Consortium, Wales)
- 7. Crescent Purchasing Consortium (CPC)
Section one: Contracting authority
one.1) Name and addresses
North Eastern Universities Purchasing Consortium Ltd
NEUPC Ltd, Phoenix House, 3 South Parade
Leeds
LS1 5QX
Contact
Paul Eagleton
Telephone
+44 1134871762
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://neupc.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
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
North Western Universities Purchasing Consortium Ltd
Room 404, 4th Floor, Crescent House, University of Salford
Salford
M5 4WT
Contact
Mary Onabanjo
Telephone
+44 161348000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Southern Universities Purchasing Consortium
Reading Enterprise Centre, The University of Reading, Earley Gate, Whiteknights Road
Reading
RG6 6BU
Contact
Mark Lewis
Telephone
+44 1183784304
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Road
LONDON
W1T 7NZ
Contact
Mike Kilner
Telephone
+44 2073072760
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
HEPCW (Higher Education Purchasing Consortium, Wales)
8th Floor, 30-36 Newport Road/Heol Casnewydd
Cardiff/Caerdydd
CF24 0DE
Contact
Howard Allaway
Telephone
+44 2920874016
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/search_mainpage.aspx
one.1) Name and addresses
Crescent Purchasing Consortium (CPC)
Procurement House, Unit 23, Leslie Hough Way
Salford
M6 6AJ
Contact
Steven Gorst
Telephone
+44 8000662188
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Uninterruptible-power-supplies./767XG47U5P
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
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 is seeking to establish a framework agreement for the provision of Data Centre Management equipment and Infrastructure products and related services. NEUPC intends to award up-to the seven top ranked bidders to the framework, see the ITT document for full details. 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. See ITT.
two.1.5) Estimated total value
Value excluding VAT: £30,000,000
two.1.6) Information about lots
This contract is divided into lots: No
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 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: Scenario Pricing Schedule / Weighting: 20
Cost criterion - Name: Note the overall quality price split is 70% Quality / 30% Price / Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
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 000-022583
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 November 2023
Local time
4:00pm
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: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 November 2023
Local time
4:01pm
Place
Delta
Information about authorised persons and opening procedure
Bids will be opened by suitably qualified persons shortly after the deadline has passed.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
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:-Uninterruptible-power-supplies./767XG47U5P" target="_blank">https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Uninterruptible-power-supplies./767XG47U5P
To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/767XG47U5P" target="_blank">https://neupc.delta-esourcing.com/respond/767XG47U5P
GO Reference: GO-20231020-PRO-24223312
six.4) Procedures for review
six.4.1) Review body
NEUPC LTD
Phoenix House, Leeds, 3 South Parade
LEEDS
LS1 5QX
Country
United Kingdom