Tender

National Education Printer Agreement 3 (Nepa 3)

  • NEUPC Ltd
  • APUC (Advanced Procurement for Universities & Colleges)
  • HEPCW (Higher Education Purchasing Consortium, Wales)
  • LUPC (London Universities Purchasing Consortium)
  • NWUPC (North West Universities Purchasing Consortium)
Show 1 more buyer Show fewer buyers
  • SUPC (Southern Universities Purchasing Consortium)

F02: Contract notice

Notice identifier: 2024/S 000-034354

Procurement identifier (OCID): ocds-h6vhtk-04b09f

Published 23 October 2024, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

Contact

Andrew Walsh

Email

a.walsh@neupc.ac.uk

Telephone

+44 7500883193

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.neupc.ac.uk/

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

Email

enquiries@apuc-scot.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.apuc-scot.ac.uk/

one.1) Name and addresses

HEPCW (Higher Education Purchasing Consortium, Wales)

8th Floor, 30-36 Newport Road,

Cardiff

CF24 0DE

Email

hepcw@wales.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.hepcw.ac.uk/

one.1) Name and addresses

LUPC (London Universities Purchasing Consortium)

Shropshire House,, 179 Tottenham Court Road,

London,

W1T 7NZ

Email

enquiries@lupc.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.lupc.ac.uk/

one.1) Name and addresses

NWUPC (North West Universities Purchasing Consortium)

Albert House,, 17 Bloom Street,

Manchester

M1 3HZ

Email

procurement@nwupc.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwupc.ac.uk/

one.1) Name and addresses

SUPC (Southern Universities Purchasing Consortium)

Science and Technology Centre,, University of Reading,, Earley Gate, Whiteknights Road,

Reading

RG6 6BZ

Email

supc@reading.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.supc.ac.uk/

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

Internet address

http://www.neupc.ac.uk