Section one: Contracting authority
one.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade
Leeds
LS1 5QX
Contact
Andrew Walsh
Telephone
+44 7500883193
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
HEPCW (Higher Education Purchasing Consortium, Wales)
8th Floor, 30-36 Newport Road,
Cardiff
CF24 0DE
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
LUPC (London Universities Purchasing Consortium)
Shropshire House,, 179 Tottenham Court Road,
London,
W1T 7NZ
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
NWUPC (North West Universities Purchasing Consortium)
Albert House,, 17 Bloom Street,
Manchester
M1 3HZ
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
SUPC (Southern Universities Purchasing Consortium)
Science and Technology Centre,, University of Reading,, Earley Gate, Whiteknights Road,
Reading
RG6 6BZ
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:-Printers-and-plotters./FKQ8SJ4X38
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
National Education Printer Agreement 3 (Nepa 3)
Reference number
ITS2011 NE
two.1.2) Main CPV code
- 30232100 - Printers and plotters
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 award a national framework agreement to service the requirements of the UK Consortia Higher Education Institutions and Associate & Affiliate members for the supply of a full document print equipment supply capability including Managed print & production print along with related services and peripherals through a framework for the complete provision of print equipment, services and associated finishing options across four lots. NEUPC intends to award up-to the 8 top ranked suppliers for lots 1, 2 and 3 to the framework, Lot 4 - Any bidders confirming a bid for Lot 4 One Stop Shop that are successfully appointed to 2 or more specialist lots (Lots 1-3) shall automatically be awarded a place on Lot 4. see the ITT document for full details.
two.1.5) Estimated total value
Value excluding VAT: £60,000,000
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: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Suppliers may be awarded any from lots 1 to 3. Lot 4 - Any bidders confirming a bid for Lot 4 One Stop Shop that are successfully appointed to 2 or more specialist lots (Lots 1-3) shall automatically be awarded a place on Lot 4.
two.2) Description
two.2.1) Title
Non-Managed Print Equipment Only
Lot No
1
two.2.2) Additional CPV code(s)
- 30232100 - Printers and plotters
- 30232110 - Laser printers
- 30232120 - Dot-matrix printers
- 30232130 - Colour graphics printers
- 30232150 - Inkjet printers
- 30121100 - Photocopiers
- 30120000 - Photocopying and offset printing equipment
- 30121000 - Photocopying and thermocopying equipment
- 30121200 - Photocopying equipment
- 30123000 - Office and business machines
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
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. In addition to the general specification requirements for the framework Lot 1 suppliers must supply an approved range of print equipment and associated options for ordering institutions to manage themselves. Though the focus of lot 1 must supply an approved range of print equipment and associated options for ordering institutions to manage themselves. Though the focus of lot 1 is new machines, remanufactured machines may be specified by the customer. Remanufactured machines must be of the same build quality as new machines and match their performance and warranty. See ITT for full details.
two.2.5) Award criteria
Quality criterion - Name: Framework & Contract Management / Weighting: 6
Quality criterion - Name: Marketing / Weighting: 2
Quality criterion - Name: Responsible Procurement and Social Value / Weighting: 10
Quality criterion - Name: Supply Chain & Logistics / Weighting: 2.4
Quality criterion - Name: Product Range & Security / Weighting: 12.6
Quality criterion - Name: Post Sales Support / Weighting: 3
Quality criterion - Name: Lot specific / Weighting: 24
Cost criterion - Name: Basket of goods / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £2,000,000
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.2.10) 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 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
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
Managed Print
Lot No
2
two.2.2) Additional CPV code(s)
- 30232100 - Printers and plotters
- 30232110 - Laser printers
- 30232120 - Dot-matrix printers
- 30232130 - Colour graphics printers
- 30232150 - Inkjet printers
- 30237310 - Font cartridges for printers
- 30121100 - Photocopiers
- 50313100 - Photocopier repair services
- 50313200 - Photocopier maintenance services
- 79800000 - Printing and related services
- 30125100 - Toner cartridges
- 30125110 - Toner for laser printers/fax machines
- 30125120 - Toner for photocopiers
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
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. In addition to the general specification requirements for the framework Lot 2 suppliers must supply a range of approved print related equipment and in addition offer a managed service covering institutional print requirements. See the ITT for full details.
two.2.5) Award criteria
Quality criterion - Name: Framework & Contract Management / Weighting: 6
Quality criterion - Name: Marketing / Weighting: 2
Quality criterion - Name: Responsible Procurement and Social Value / Weighting: 10
Quality criterion - Name: Supply Chain & Logistics / Weighting: 2.4
Quality criterion - Name: Product Range & Security / Weighting: 12.6
Quality criterion - Name: Post Sales Support / Weighting: 3
Quality criterion - Name: Lot Specific / Weighting: 24
Cost criterion - Name: Basket of Goods / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £28,000,000
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.2.10) 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 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
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
Production Print
Lot No
3
two.2.2) Additional CPV code(s)
- 30232100 - Printers and plotters
- 30232110 - Laser printers
- 30232120 - Dot-matrix printers
- 50313100 - Photocopier repair services
- 50313200 - Photocopier maintenance services
- 30232130 - Colour graphics printers
- 30120000 - Photocopying and offset printing equipment
- 30232150 - Inkjet printers
- 30237310 - Font cartridges for printers
- 42962000 - Printing and graphics equipment
- 42991200 - Printing machinery
- 42991500 - Parts of printing or bookbinding machinery
- 48773000 - Print utility software package
- 48773100 - Print-spooling software package
- 48970000 - Print shop software package
- 79800000 - Printing and related services
- 30125100 - Toner cartridges
- 30125110 - Toner for laser printers/fax machines
- 30125120 - Toner for photocopiers
- 30192320 - Printer ribbons
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
TThis 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. In addition to the general specification requirements for the framework Lot 3 suppliers must supply an appropriate range of approved production print equipment and machinery. Additional Finishing options both on and offline. Conformance to a highly responsive SLA. Print Management Software and associated peripherals, & finishing kit. See ITT for full details.
two.2.5) Award criteria
Quality criterion - Name: Framework & Contract Management / Weighting: 6
Quality criterion - Name: Marketing / Weighting: 2
Quality criterion - Name: Responsible Procurement and Social Value / Weighting: 10
Quality criterion - Name: Supply Chain & Logistics / Weighting: 2.4
Quality criterion - Name: Product Range & Security / Weighting: 12.6
Quality criterion - Name: Post Sales Support / Weighting: 3
Quality criterion - Name: Lot Specific / Weighting: 24
Cost criterion - Name: Basket of Goods / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £5,000,000
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.2.10) 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 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option.
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
One Stop Shop
Lot No
4
two.2.2) Additional CPV code(s)
- 30232100 - Printers and plotters
- 30232110 - Laser printers
- 30232120 - Dot-matrix printers
- 30232130 - Colour graphics printers
- 30232150 - Inkjet printers
- 30237310 - Font cartridges for printers
- 30121100 - Photocopiers
- 50313100 - Photocopier repair services
- 50313200 - Photocopier maintenance services
- 30120000 - Photocopying and offset printing equipment
- 42962000 - Printing and graphics equipment
- 42991200 - Printing machinery
- 42991500 - Parts of printing or bookbinding machinery
- 48773000 - Print utility software package
- 48773100 - Print-spooling software package
- 48970000 - Print shop software package
- 79800000 - Printing and related services
- 30125110 - Toner for laser printers/fax machines
- 30125100 - Toner cartridges
- 30125120 - Toner for photocopiers
- 30192320 - Printer ribbons
- 30121000 - Photocopying and thermocopying equipment
- 30121200 - Photocopying equipment
- 30123000 - Office and business machines
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
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. One-stop shop for the supply of Non-Managed Printers, Managed printers and MFDs plus production print equipment with the ability to provide a managed service where required (as specified in Lots 1, 2 and 3). Lot 4 - Any bidders confirming a bid for Lot 4 One Stop Shop that are successfully appointed to 2 or more specialist lots (Lots 1-3) shall automatically be awarded a place on Lot 4.See ITT for full details.
two.2.5) Award criteria
Quality criterion - Name: Framework & Contract Management / Weighting: 6
Quality criterion - Name: Marketing / Weighting: 2
Quality criterion - Name: Responsible Procurement and Social Value / Weighting: 10
Quality criterion - Name: Supply Chain & Logistics / Weighting: 2.4
Quality criterion - Name: Product Range & Security / Weighting: 12.6
Quality criterion - Name: Post Sales Support / Weighting: 3
Quality criterion - Name: Lot Specific / Weighting: 24
Cost criterion - Name: Basket of Goods / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £25,000,000
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.2.10) 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 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
29 November 2024
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
29 November 2024
Local time
4:01pm
Place
Delta
Information about authorised persons and opening procedure
Authorised and qualified persons will open the tenders as soon as the ITT deadline is passed.
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Printers-and-plotters./FKQ8SJ4X38
To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/FKQ8SJ4X38
GO Reference: GO-20241023-PRO-28253114
six.4) Procedures for review
six.4.1) Review body
NEUPC LTD
Phoenix House, 3 South Parade
Leeds
LS1 5QX
Country
United Kingdom