NEUPC Ltd: HE Networking – Supply and Services Framework Agreement (HENSS)

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: HE Networking – Supply and Services Framework Agreement (HENSS)
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Services
Procedure: Restricted
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 develop a national framework agreement to service the requirements of UK Higher Education Institutions and Associate members for the supply of Networking Equipment and Services through a framework for Higher Education Networking equipment and services, for the supply, installation, storage, maintenance, and repair of Networking Equipment and Networking Consultancy provision. This framework will consist of 4 lots to provide a complete provision of network equipment (lot 1), network services (lots 2 and 3) and Consultancy (lot 4).
Published: 23/10/2017 17:00
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leeds: Networks.
Section I: Contracting Authority
      I.1) Name and addresses
             NEUPC Ltd
             Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS2 9DF, United Kingdom
             Email: p.eagleton@leeds.ac.uk
             Contact: Paul Eagleton
             Main Address: http://neupc.ac.uk/, Address of the buyer profile: https://neupc.delta-esourcing.com/
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Networks./F49N9V5F9D
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: HE Networking – Supply and Services Framework Agreement (HENSS)       
      Reference Number: ITS 2004 NE
      II.1.2) Main CPV Code:
      32400000 - Networks.

      II.1.3) Type of contract: SERVICES
      II.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 develop a national framework agreement to service the requirements of UK Higher Education Institutions and Associate members for the supply of Networking Equipment and Services through a framework for Higher Education Networking equipment and services, for the supply, installation, storage, maintenance, and repair of Networking Equipment and Networking Consultancy provision. This framework will consist of 4 lots to provide a complete provision of network equipment (lot 1), network services (lots 2 and 3) and Consultancy (lot 4).       
      II.1.5) Estimated total value:
      Value excluding VAT: 50,000,000       
      Currency: GBP
      II.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: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Potential providers can apply for as many lots as they choose, however Lot 4 (Consultancy Only) is not open to suppliers on lots 1-3 to avoid any conflicts of interest.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Networking Equipment only       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      32420000 - Network equipment.
      30237110 - Network interfaces.
      30237135 - Network interfaces cards.
      32400000 - Networks.
      32410000 - Local area network.
      32412110 - Internet network.
      32412120 - Intranet network.
      32413100 - Network routers.
      32415000 - Ethernet network.
      32421000 - Network cabling.
      32422000 - Network components.
      32423000 - Network hubs.
      32424000 - Network infrastructure.
      32427000 - Network system.
      32428000 - Network upgrade.
      32430000 - Wide area network.
      48219000 - Miscellaneous networking software package.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Provision of Networking Equipment only including Gateways, Routers, Switches, Bridges, Hubs, Repeaters, Multilayer switches, Bridge Routers, Proxy Servers, Firewalls, Network address translator, ISDN terminal adapter, network interface controller, wireless network interface controller, network monitoring systems, CWDM optical platforms, DWDM optical platforms, IP Video Products, IP Security Systems, Wireless Client Adapters and Protocol Converters and Ethernet adaptors. This list is not exhaustive, all wired and wireless networking equipment is included within the remit.
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.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 22,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 14       
      Objective criteria for choosing the limited number of candidates: Objective criteria is Included within the tender documentation. It is envisaged that a maximum of nine suppliers will be awarded to each lot (1-4). A maximum of fourteen suppliers will be invited to tender for each lot. Refer to Tender documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The framework agreement will operate for an initial 24 month duration from Contract award, at which time NEUPC reserves the right to invoke the first of two available extension periods of 12 months each, subject to satisfactory framework performance. Should the Contract be extended for an initial period of 12 months, an additional 12 month extension option is also available at the end of that first extended term subject to satisfactory performance. The maximum framework period is 48 months (24 plus 12 plus 12 months). Contract award is expected in February 2018.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: NEUPC) is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any supporting documentation.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Small to Medium Networking Projects – Up to £1,000,000 in value       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      72700000 - Computer network services.
      32420000 - Network equipment.
      30237110 - Network interfaces.
      30237135 - Network interfaces cards.
      32400000 - Networks.
      32410000 - Local area network.
      32412110 - Internet network.
      32412120 - Intranet network.
      32413100 - Network routers.
      32415000 - Ethernet network.
      32421000 - Network cabling.
      32422000 - Network components.
      32423000 - Network hubs.
      32424000 - Network infrastructure.
      32427000 - Network system.
      32428000 - Network upgrade.
      32430000 - Wide area network.
      48219000 - Miscellaneous networking software package.
      50312300 - Maintenance and repair of data network equipment.
      50312320 - Repair of data network equipment.
      72710000 - Local area network services.
      72720000 - Wide area network services.
      72000000 - IT services: consulting, software development, Internet and support.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Small to Medium Networking Projects – Up to £1,000,000 in value. Covering any or all aspects of Networking, including equipment, design, storage, implementation, maintenance, training, through to final disposal. This list is not exhaustive.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 16,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 14       
      Objective criteria for choosing the limited number of candidates: Objective criteria is Included within the tender documentation. It is envisaged that a maximum of nine suppliers will be awarded to each lot (1-4). A maximum of fourteen suppliers will be invited to tender for each lot. Refer to ITT documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The framework agreement will operate for an initial 24 month duration from Contract award, at which time NEUPC reserves the right to invoke the first of two available extension periods of 12 months each, subject to satisfactory framework performance. Should the Contract be extended for an initial period of 12 months, an additional 12 month extension option is also available at the end of that first extended term subject to satisfactory performance. The maximum framework period is 48 months (24 plus 12 plus 12 months). Contract award is expected in February 2018.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: NEUPC) is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any supporting documentation.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Large Networking Projects – In excess of £1 million in value       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      72700000 - Computer network services.
      32420000 - Network equipment.
      30237110 - Network interfaces.
      30237135 - Network interfaces cards.
      32400000 - Networks.
      32410000 - Local area network.
      32412110 - Internet network.
      32412120 - Intranet network.
      32413100 - Network routers.
      32415000 - Ethernet network.
      32421000 - Network cabling.
      32422000 - Network components.
      32423000 - Network hubs.
      32424000 - Network infrastructure.
      32427000 - Network system.
      32428000 - Network upgrade.
      32430000 - Wide area network.
      48219000 - Miscellaneous networking software package.
      50312300 - Maintenance and repair of data network equipment.
      50312320 - Repair of data network equipment.
      72710000 - Local area network services.
      72720000 - Wide area network services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Large Networking Projects – In excess of £1 million in value. Covering any or all aspects of Networking, including equipment, design, storage, implementation, maintenance, training, through to final disposal. This list is not exhaustive.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 10,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
            / Maximum number: 14       
      Objective criteria for choosing the limited number of candidates: Objective criteria is Included within the tender documentation. It is envisaged that a maximum of nine suppliers will be awarded to each lot (1-4). A maximum of fourteen suppliers will be invited to tender for each lot. Refer to ITT documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The framework agreement will operate for an initial 24 month duration from Contract award, at which time NEUPC reserves the right to invoke the first of two available extension periods of 12 months each, subject to satisfactory framework performance. Should the Contract be extended for an initial period of 12 months, an additional 12 month extension option is also available at the end of that first extended term subject to satisfactory performance. The maximum framework period is 48 months (24 plus 12 plus 12 months). Contract award is expected in February 2018.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: NEUPC) is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any supporting documentation.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Networking Consultancy Only       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      72000000 - IT services: consulting, software development, Internet and support.
      32400000 - Networks.
      32427000 - Network system.
      72220000 - Systems and technical consultancy services.
      72246000 - Systems consultancy services.
      72600000 - Computer support and consultancy services.
      32410000 - Local area network.
      32412110 - Internet network.
      32412120 - Intranet network.
      32415000 - Ethernet network.
      32424000 - Network infrastructure.
      32430000 - Wide area network.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Provision of all aspects of networking consultancy from an independent perspective. This lot is not open to suppliers awarded on lots 1-3 to avoid any conflicts of interest.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
            / Maximum number: 14       
      Objective criteria for choosing the limited number of candidates: Objective criteria is Included within the tender documentation. It is envisaged that a maximum of nine suppliers will be awarded to each lot (1-4). A maximum of fourteen suppliers will be invited to tender for each lot. Refer to ITT documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The framework agreement will operate for an initial 24 month duration from Contract award, at which time NEUPC reserves the right to invoke the first of two available extension periods of 12 months each, subject to satisfactory framework performance. Should the Contract be extended for an initial period of 12 months, an additional 12 month extension option is also available at the end of that first extended term subject to satisfactory performance. The maximum framework period is 48 months (24 plus 12 plus 12 months). Contract award is expected in February 2018.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: NEUPC) is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any supporting documentation.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.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: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.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       
         Envisaged maximum number of participants to the framework agreement: 36               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: n/a    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 24/11/2017 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 11/12/2017       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.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://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Networks./F49N9V5F9D

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/F49N9V5F9D
   VI.4) Procedures for review
   VI.4.1) Review body:
             NEUPC LTD
       103 Clarendon Road, Leeds, LS2 9DF, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 23/10/2017

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       APUC (Advanced Procurement for Universities & Colleges)
       APUC Limited, Unit 27, Stirling Business Centre, Wellgreen, Stirling, FK8 2DZ, United Kingdom
       Email: enquiries@apuc-scot.ac.uk
       Main Address: http://www.apuc-scot.ac.uk/
       NUTS Code: UKM

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       HEPCW (Higher Education Purchasing Consortium, Wales)
       8th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
       Email: h.allaway@wales.ac.uk
       Main Address: http://www.hepcw.ac.uk/
       NUTS Code: UKL

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      3: Contracting Authority
       LUPC (London Universities Purchasing Consortium)
       Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
       Email: enquiries@lupc.ac.uk
       Main Address: http://www.lupc.ac.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      4: Contracting Authority
       NWUPC (North West Universities Purchasing Consortium)
       Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
       Email: David.Lamb@liverpool.ac.uk
       Main Address: http://www.nwupc.ac.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      5: Contracting Authority
       SUPC (Southern Universities Purchasing Consortium)
       Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BZ, United Kingdom
       Email: supc@reading.ac.uk
       Main Address: https://www.supc.ac.uk/
       NUTS Code: UK

View any Notice Addenda

View Award Notice

UK-Leeds: Networks.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       NEUPC Ltd
       Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Email: p.eagleton@neupc.ac.uk
       Contact: Paul Eagleton
       Main Address: http://neupc.ac.uk/, Address of the buyer profile: https://neupc.delta-esourcing.com/
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: HE Networking – Supply and Services Framework Agreement (HENSS)            
      Reference number: ITS 2004 NE

      II.1.2) Main CPV code:
         32400000 - Networks.


      II.1.3) Type of contract: SERVICES

      II.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 develop a national framework agreement to service the requirements of UK Higher Education Institutions and Associate members for the supply of Networking Equipment and Services through a framework for Higher Education Networking equipment and services, for the supply, installation, storage, maintenance, and repair of Networking Equipment and Networking Consultancy provision. This framework will consist of 4 lots to provide a complete provision of network equipment (lot 1), network services (lots 2 and 3) and Consultancy (lot 4).

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 50,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Networking Equipment only   
      Lot No:1

      II.2.2) Additional CPV code(s):
            32420000 - Network equipment.
            30237110 - Network interfaces.
            30237135 - Network interfaces cards.
            32400000 - Networks.
            32410000 - Local area network.
            32412110 - Internet network.
            32412120 - Intranet network.
            32413100 - Network routers.
            32415000 - Ethernet network.
            32421000 - Network cabling.
            32422000 - Network components.
            32423000 - Network hubs.
            32424000 - Network infrastructure.
            32427000 - Network system.
            32428000 - Network upgrade.
            32430000 - Wide area network.
            48219000 - Miscellaneous networking software package.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Provision of Networking Equipment only including Gateways, Routers, Switches, Bridges, Hubs, Repeaters, Multilayer switches, Bridge Routers, Proxy Servers, Firewalls, Network address translator, ISDN terminal adapter, network interface controller, wireless network interface controller, network monitoring systems, CWDM optical platforms, DWDM optical platforms, IP Video Products, IP Security Systems, Wireless Client Adapters and Protocol Converters and Ethernet adaptors. This list is not exhaustive, all wired and wireless networking equipment is included within the remit.
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.

      II.2.5) Award criteria:
      Quality criterion - Name: Partnership Opportunities / Weighting: 5
      Quality criterion - Name: Technical / Weighting: 35
      Quality criterion - Name: Supply & Delivery, Installation & Maintenance / Weighting: 35
      Quality criterion - Name: Equipment Warranties / Weighting: 10
      Quality criterion - Name: Sustainability / Weighting: 15
                  
      Cost criterion - Name: networking equipment - price list (Appendix a) - (50/50 overall price / quality) / Weighting: 100
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The framework agreement will operate for an initial 24 month duration from Contract award, at which time NEUPC reserves the right to invoke the first of two available extension periods of 12 months each, subject to satisfactory framework performance. Should the Contract be extended for an initial period of 12 months, an additional 12 month extension option is also available at the end of that first extended term subject to satisfactory performance. The maximum framework period is 48 months (24 plus 12 plus 12 months). Contract award is expected in February 2018.

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: NEUPC) is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any supporting documentation.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Small to Medium Networking Projects – Up to £1,000,000 in value   
      Lot No:2

      II.2.2) Additional CPV code(s):
            72700000 - Computer network services.
            32420000 - Network equipment.
            30237110 - Network interfaces.
            30237135 - Network interfaces cards.
            32400000 - Networks.
            32410000 - Local area network.
            32412110 - Internet network.
            32412120 - Intranet network.
            32413100 - Network routers.
            32415000 - Ethernet network.
            32421000 - Network cabling.
            32422000 - Network components.
            32423000 - Network hubs.
            32424000 - Network infrastructure.
            32427000 - Network system.
            32428000 - Network upgrade.
            32430000 - Wide area network.
            48219000 - Miscellaneous networking software package.
            50312300 - Maintenance and repair of data network equipment.
            50312320 - Repair of data network equipment.
            72710000 - Local area network services.
            72720000 - Wide area network services.
            72000000 - IT services: consulting, software development, Internet and support.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Small to Medium Networking Projects – Up to £1,000,000 in value. Covering any or all aspects of Networking, including equipment, design, storage, implementation, maintenance, training, through to final disposal. This list is not exhaustive.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical / Weighting: 25
      Quality criterion - Name: Supply & Delivery, Installation & Maintenance / Weighting: 32
      Quality criterion - Name: Equipment Warranties / Weighting: 10
      Quality criterion - Name: Sustainability / Weighting: 13
      Quality criterion - Name: Networking Scenario / Weighting: 20
                  
      Cost criterion - Name: Lot 2 scenario 1 price / Weighting: 70
      Cost criterion - Name: Lot 2 rate card (60 / 40 overall Quality / Price split) / Weighting: 30
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The framework agreement will operate for an initial 24 month duration from Contract award, at which time NEUPC reserves the right to invoke the first of two available extension periods of 12 months each, subject to satisfactory framework performance. Should the Contract be extended for an initial period of 12 months, an additional 12 month extension option is also available at the end of that first extended term subject to satisfactory performance. The maximum framework period is 48 months (24 plus 12 plus 12 months). Contract award is expected in February 2018.

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: NEUPC) is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any supporting documentation.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Large Networking Projects – In excess of £1 million in value   
      Lot No:3

      II.2.2) Additional CPV code(s):
            72700000 - Computer network services.
            32420000 - Network equipment.
            30237110 - Network interfaces.
            30237135 - Network interfaces cards.
            32400000 - Networks.
            32410000 - Local area network.
            32412110 - Internet network.
            32412120 - Intranet network.
            32413100 - Network routers.
            32415000 - Ethernet network.
            32421000 - Network cabling.
            32422000 - Network components.
            32423000 - Network hubs.
            32424000 - Network infrastructure.
            32427000 - Network system.
            32428000 - Network upgrade.
            32430000 - Wide area network.
            48219000 - Miscellaneous networking software package.
            50312300 - Maintenance and repair of data network equipment.
            50312320 - Repair of data network equipment.
            72710000 - Local area network services.
            72720000 - Wide area network services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Large Networking Projects – In excess of £1 million in value. Covering any or all aspects of Networking, including equipment, design, storage, implementation, maintenance, training, through to final disposal. This list is not exhaustive.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical / Weighting: 25
      Quality criterion - Name: Supply & Delivery, Installation & Maintenance / Weighting: 32
      Quality criterion - Name: Equipment Warranties / Weighting: 10
      Quality criterion - Name: Sustainability / Weighting: 13
      Quality criterion - Name: Networking Scenario / Weighting: 20
                  
      Cost criterion - Name: Lot 3 scenario 2 price / Weighting: 70
      Cost criterion - Name: Lot 3 rate card (60 / 40 Quality / Price split overall) / Weighting: 30
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The framework agreement will operate for an initial 24 month duration from Contract award, at which time NEUPC reserves the right to invoke the first of two available extension periods of 12 months each, subject to satisfactory framework performance. Should the Contract be extended for an initial period of 12 months, an additional 12 month extension option is also available at the end of that first extended term subject to satisfactory performance. The maximum framework period is 48 months (24 plus 12 plus 12 months). Contract award is expected in February 2018.

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: NEUPC) is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any supporting documentation.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Networking Consultancy Only   
      Lot No:4

      II.2.2) Additional CPV code(s):
            72000000 - IT services: consulting, software development, Internet and support.
            32400000 - Networks.
            32427000 - Network system.
            72220000 - Systems and technical consultancy services.
            72246000 - Systems consultancy services.
            72600000 - Computer support and consultancy services.
            32410000 - Local area network.
            32412110 - Internet network.
            32412120 - Intranet network.
            32415000 - Ethernet network.
            32424000 - Network infrastructure.
            32430000 - Wide area network.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Provision of all aspects of networking consultancy from an independent perspective. This lot is not open to suppliers awarded on lots 1-3 to avoid any conflicts of interest.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical / Weighting: 60
                  
      Cost criterion - Name: Consultancy rate card Lot 4 / Weighting: 40
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The framework agreement will operate for an initial 24 month duration from Contract award, at which time NEUPC reserves the right to invoke the first of two available extension periods of 12 months each, subject to satisfactory framework performance. Should the Contract be extended for an initial period of 12 months, an additional 12 month extension option is also available at the end of that first extended term subject to satisfactory performance. The maximum framework period is 48 months (24 plus 12 plus 12 months). Contract award is expected in February 2018.

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: NEUPC) is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any supporting documentation.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2017/S 205-423410
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Equipment Only

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/09/2018

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 12

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             CAE Technology Services Ltd
             CAE House, 9 Colonial Way, Watford, WD24 4PT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             CDW Limited
             10 Fleet Place, London, EC4M 7RB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             European Electronique
             Forward House, Oakfields Industrial Estate, Eynsham, OX29 4TT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Logicalis UK Limited
             110 Buckingham Avenue, Slough, SL1 4PF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Software Box Limited
             East Moor House, Greenpark Business Centre, Goose Lane, Sutton-on-the-Forest, YORK, YO61 1ET, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Stone Computers Ltd
             Granite One Hundred, Acton Gate, STAFFORD, ST18 9AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             XMA Limited
             Wilford Industrial Estate, Ruddington Lane, Wilford, NG11 7EP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Specialist Computer Centres (SCC) plc
             James House, Warwick Road, Birmingham, B11 2LE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             Softcat plc
             Solar House, Fieldhouse Lane, Marlow, SL7 1LW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 22,500,000          
         Total value of the contract/lot: 22,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Small to Medium Network Projects

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/09/2018

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             CAE Technology Services Limited
             CAE House, 9 Colonial Way, Watford, WD24 4PT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             CDW Limited
             10 Fleet Place, London, EC4M 7RB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Circle IT Solutions Limited
             Brook House, 2 Lime Tree Court, Cardiff Gate Business Park, Cardiff, CF23 8AB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Desk Top Publishing Micro Systems Limited t/a DTP Group
             DTP House, 4 Bowcliffe Road, Leeds, LS10 1HB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             European Electronique
             Forward House, Oakfields Industrial Estate, Eynsham, OX29 4TT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Stone Computers Ltd
             Granite One Hundred, Acton Gate, STAFFORD, ST18 9AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             XMA Limited
             Wilford Industrial Estate, Ruddington Lane, Wilford, NG11 7EP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Specialist Computer Centres (SCC) plc
             James House, Warwick Road, Birmingham, B11 2LE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             Softcat plc
             Solar House, Fieldhouse Lane, Marlow, SL7 1LW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 16,500,000          
         Total value of the contract/lot: 16,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Large Network Projects > £1m

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/09/2018

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             CAE Technology Services Limited
             CAE House, 9 Colonial Way, Watford, WD24 4PT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             CDW Limited
             10 Fleet Place, London, EC4M 7RB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Circle IT Solutions Limited
             Brook House, 2 Lime Tree Court, Cardiff Gate Business Park, Cardiff, CF23 8AB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Desk Top Publishing Micro Systems Limited t/a DTP Group
             DTP House, 4 Bowcliffe Road, Leeds, LS10 1HB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             European Electronique
             Forward House, Oakfields Industrial Estate, Eynsham, OX29 4TT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Logicalis UK Limited
             110 Buckingham Avenue, Slough, SL1 4PF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             XMA Limited
             Wilford Industrial Estate, Ruddington Lane, Wilford, NG11 7EP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Specialist Computer Centres (SCC) plc
             James House, Warwick Road, Birmingham, B11 2LE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             Softcat plc
             Solar House, Fieldhouse Lane, Marlow, SL7 1LW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 10,500,000          
         Total value of the contract/lot: 10,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Networking Consultancy Only

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/09/2018

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             4C Strategies Ltd
             Rivermead House, 7 Lewis Court, Grove Park, Enderby, LE19 1SD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             PTS Consulting Partners LLP
             60 New Broad Street, London, EC2M 1JJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             PCM Technology Solutions UK Ltd
             Suite 1,, 3rd Floor, 11-12 St James' Square, London, SW1Y 4LB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Waterstons Limited
             Liddon House, Belmont Business Park, Belmont, DH1 1TW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000          
         Total value of the contract/lot: 500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=348843313

   VI.4) Procedures for review

      VI.4.1) Review body
          NEUPC LTD
          Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 26/10/2018

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       APUC Limited
       Room 4.04, 101 George Street, Edinburgh, EH2 3ES, United Kingdom
       Email: enquiries@apuc-scot.ac.uk
       Main Address: http://www.apuc-scot.ac.uk/
       NUTS Code: UK
   
   2: Contracting Authority
       Higher Education Purchasing Consortium Wales
       8th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
       Email: hepcw@wales.ac.uk
       Main Address: http://www.hepcw.ac.uk/
       NUTS Code: UK
   
   3: Contracting Authority
       London Universities Purchasing Consortium
       Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
       Email: enquiries@lupc.ac.uk
       Main Address: http://www.lupc.ac.uk/
       NUTS Code: UK
   
   4: Contracting Authority
       North Western Universities Purchasing Consortium Ltd
       Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
       Email: andy.woj@manchester.ac.uk
       Main Address: http://www.nwupc.ac.uk/
       NUTS Code: UK
   
   5: Contracting Authority
       Southern Universities Purchasing Consortium
       Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BZ, United Kingdom
       Email: supc@reading.ac.uk
       Main Address: https://www.supc.ac.uk/
       NUTS Code: UK