Tender

Endpoint Computing Equipment Framework

  • Nottingham Trent University (NTU)

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-075364

Procurement identifier (OCID): ocds-h6vhtk-05e4b0

Published 19 November 2025, 4:00pm



Scope

Reference

2887

Description

Endpoint computing equipment is procured by the Digital Technologies department. The computers we order mainly fail into 4 areas: staff, students, research and Audio Visual. Staff traditionally have used a mixture of desktop computers and laptops but since the Covid Pandemic this has moved heavily towards laptops with associated docks, monitors, keyboards and mice. All-in-one computers are mainly used in the student open access areas and general IT teaching spaces. Many of our specialist computer teaching rooms use workstation class PCs with powerful processors and high spec graphics cards. The Research community use a variety of computers depending on their requirements, often these are bespoke workstations. The final area of Audio Visual covers the teaching lecterns and digital signage. Some of the lecterns and the digital signage use ultra-small form factor computers but the lecterns in the larger rooms use more powerful small form factor computers capable of handling lecture capture. Scope The following section defines the scope and exclusions of the Contract for the University's requirements. The framework agreement is divided up into lots as follows: Lot 1 - Desktops, laptops and workstations along with associated peripheral devices and accessories Lot 2 - Apple Products and associated peripheral devices and accessories. The University reserves the right to order from outside of this tender when the winning supplier is unable to provide the required computers. Goods will need to be delivered to: • Any UK address for home use requirements • A Designated DT office/storeroom to replenish our stocks • A specific room on any of our campuses where they would typically be unpacked and fitted to desk, and all packing etc. should be removed and appropriately disposed of. This is currently a free service, as is the ability to hold stock in bond at our supplier premises until we need to call it forward. The supplier should hold a 'gold stock' of our core products in order to fulfil a next day delivery of small quantity of devices (typically 5). The supplier should provide a web portal for the University to review current pricing and availability, Gold Stock levels etc. The supplier should also provide a next day swap out service for broken computers on the core devices. All other devices have a next business day onsite warranty.

Commercial tool

Establishes a framework

Total value (estimated)

  • £20,833,333.33 excluding VAT
  • £25,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 19 February 2026 to 18 February 2029
  • Possible extension to 18 February 2030
  • 4 years

Description of possible extension:

optional 12 month extension taking the contract term to a maximum of 4 years subject to satisfactory performance in accordance Service Level Agreement.

Main procurement category

Goods

CPV classifications

  • 30200000 - Computer equipment and supplies

Contract locations

  • UK - United Kingdom

Lot LOT-0001. Lot 1 - Desktops, laptops and workstations along with associated peripheral devices and accessories

Description

Supply of Desktops, laptops and workstations along with associated peripheral devices and accessories

Lot value (estimated)

  • £16,666,666.67 excluding VAT
  • £20,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0002. Lot 2 - Apple Products and associated peripheral devices and accessories

Description

Supply of Apple Products and associated peripheral devices and accessories

Lot value (estimated)

  • £4,166,667.67 excluding VAT
  • £5,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

2

Maximum percentage fee charged to suppliers

0%

Framework operation description

This framework agreement comprises two lots, each of which will be awarded to a single supplier. As each lot will have one appointed supplier, no further competition or mini-competition will be undertaken. The authority will issue Purchase Orders using the terms and pricing established at framework award, applying any specific ordering or allocation procedures described in this ITT and the framework agreement.

Award method when using the framework

Without competition

Contracting authorities that may use the framework

Establishing party only


Submission

Enquiry deadline

8 December 2025, 12:00pm

Submission type

Tenders

Tender submission deadline

17 December 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

22 January 2026

Recurring procurement

Publication date of next tender notice (estimated): 22 January 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Stage 1 - Technical Questions

See ITT for further details

Quality 35%
Stage 2 - Technical Questions

See ITT for further details

Quality 30%
Stage 2 - Commercial Offer

See ITT for further details

Cost 20%
Stage 1 - NTU Strategic Commitments Stage 1 Net Zero Carbon & Sustainability & Sustainability Action Plan

See ITT for further details

Quality 15%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The procurement process adopted is based upon the 'Competitive Flexible' procedure as defined under Section 20(2)b of the Procurement Act 2023. This is a two-stage procedure and there is no restriction on who can submit tenders. Suppliers will be invited to submit a full tender (completing both parts Stage 1 & Stage 2 in their submission); however, the evaluation will be carried out in two stages. Stage 1 will assess specific Technical and Sustainability elements. Based on this, the top 5 (Maximum) scoring tenderers will be shortlisted for Stage 2, during which the remaining technical and Pricing elements of their original submissions will be evaluated. No new documentation will be issued at Stage 2 All Tenderers that have registered, expressed an interest and who have downloaded this Invitation to Tender from the Portal will be eligible to tender. All Tenders subsequently received (that are compliant i.e. submitted in line with the tendering instructions) will be evaluated in accordance with the evaluation criteria as set out below. Tenders should be prepared and submitted in accordance with section 6, Instructions for completing and conditions for submitting a tender. At the University's discretion, in order to be able to carry out thorough and fair evaluation Tenderers may be invited to clarify their Tender at any stage of the procurement process. A position on the Framework will be awarded to one Supplier for each lot. Awards will be made to the Tenderers achieving the Highest overall scores (Stage 1 + Stage 2 combined), in accordance with the evaluation methodology set out in the ITT.

Justification for not publishing a preliminary market engagement notice

The university did not conduct any pre market engagement activities in relation to this tender.


Contracting authority

Nottingham Trent University (NTU)

  • Public Procurement Organisation Number: PLJN-1931-JMHG

50 Shakespeare Street

Nottingham

NG1 4FQ

United Kingdom

Contact name: Alexei Lambley-Steel

Telephone: +44 1158486100

Email: alexei.lambley-steel@ntu.ac.uk

Website: https://www.ntu.ac.uk/

Region: UKF14 - Nottingham

Organisation type: Public authority - sub-central government