Section one: Contracting authority
one.1) Name and addresses
NEUPC Ltd
Phoenix House, 3 South Parade
Leeds
LS1 5QX
Contact
Jon Lisle
Telephone
+44 1134871764
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
http://neupc.delta-esourcing.com
one.1) Name and addresses
NEUPC Ltd
Phoenix House, 3 South Parade
Leeds
LS1 5QX
Contact
Jon Lisle
Telephone
+44 1134871764
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
https://neupc.ac.uk/who-are-our-members.
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-title/2C4QUZ9A55
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.neupc.delta-esourcing.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
Telecoms and Data Cabling Services for the North East Universities
Reference number
EFM2059NE
two.1.2) Main CPV code
- 32571000 - Communications infrastructure
two.1.3) Type of contract
Supplies
two.1.4) Short description
This invitation to tender is issued by North Eastern Universities Purchasing Consortium ("NEUPC") for the establishment of a framework agreement for the provision of Telecoms and Data Cabling services, comprising of small building installations, refurbishments, repairs, maintenance and improvements on University premises, for the North Eastern Universities of Durham, Newcastle, Northumbria, Sunderland and Teesside and NCG.
The works will involve all aspects of telephone and data installations/modifications (excluding BMS) typical of University buildings, such as but not limited to laboratories, small and complex lecture theatres, libraries, cafe and commercial kitchens, offices (individual and open plan), public areas, meeting rooms, conference rooms, accommodation, plant areas, etc.
The works will vary in size, from the replacement of a single socket to the installation of up to 30 cables with the appropriate containment and connections.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
This Framework Agreement has two Lots, based on the required cable manufacturer:
Lot 1 – Excel
Lot 2 - Connectix
It is intended that the Framework Agreement will be awarded to 5 Bidders per Lot. Bidders may bid for one or both Lots.
two.2) Description
two.2.1) Title
Excel
Lot No
1
two.2.2) Additional CPV code(s)
- 32520000 - Telecommunications cable and equipment
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
Please refer to the Invitation to Tender documentation for full details. All service providers appointed to this Lot must have accreditation for the above manufacturer. A maximum of five contractors will be appointed to this Lot.
The agreement is for an initial two-year period, with the option to extend for up to an additional 24 months (likely to be in 12 monthly increments).
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
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: Yes
Identification of the project
This framework may be used by the institutions to make appointments for schemes that are fully or part-funded by European Union funds or Programme.
two.2.14) Additional information
Future call-off contracts under this framework may be part funded from external streams, including European Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Full details of Lot 1 and the tender requirements can be found in the published tender documentation.
two.2) Description
two.2.1) Title
Connectix
Lot No
2
two.2.2) Additional CPV code(s)
- 32520000 - Telecommunications cable and equipment
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
Please refer to the Invitation to Tender documentation for full details. All service providers appointed to this Lot must have accreditation for the above manufacturer. A maximum of five contractors will be appointed to this Lot.
The agreement is for an initial two-year period, with the option to extend for up to an additional 24 months (likely to be in 12 monthly increments).
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: Yes
Identification of the project
This framework may be used by the institutions to make appointments for schemes that are fully or part-funded by European Union funds or Programme.
two.2.14) Additional information
Future call-off contracts under this framework may be part funded from external streams, including European Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Full details of Lot 2 and the tender requirements can be found in the published tender documentation.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
NEUPC reserves the right to request a parent company guarantee of performance and financial liability.
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.1.3) 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: 2024/S 000-024719
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 October 2024
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 October 2024
Local time
12:01pm
Place
NEUPC Ltd
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=880832536
GO Reference: GO-2024930-PRO-27862891
six.4) Procedures for review
six.4.1) Review body
NEUPC Ltd
Phoenix House, 3 South Parade
Leeds
LS1 5QX
Telephone
+44 1134871764
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NEUPC Ltd
Phoenix House, 3 South Parade
Leeds
LS1 5QX
Telephone
+44 1134871764
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
NEUPC Ltd
Phoenix House, 3 South Parade
Leeds
LS1 5QX
Telephone
+44 1134871764
Country
United Kingdom