NEUPC Ltd: HE Framework for Supply, Installation and management of Data Centre Management equipment and Infrastructure (2024)

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: HE Framework for Supply, Installation and management of Data Centre Management equipment and Infrastructure (2024)
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Supplies
Procedure: Open
Short Description: NEUPC is seeking to establish a framework agreement for the provision of Data Centre Management equipment and Infrastructure products and related services. NEUPC intends to award up-to the seven top ranked bidders to the framework, see the ITT document for full details. The purpose of the Framework Agreement is to provide HE Institutions and Participating Consortia members with a framework for the Supply, Installation and management of Data Centre Management equipment and Infrastructure plus related Design and Consultancy. Products in scope include a range of data centre management equipment and infrastructure including but not limited to Uninterrupted Power Supplies (UPS), cooling equipment, generators, gas & fire suppression systems, power distribution units (PDU’s), blanking panels, caging. Any or all elements of the supply, Installation, and management of data centre equipment and Infrastructure may be bought via the framework. See ITT.
Published: 20/10/2023 13:02
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: Uninterruptible power supplies.
Section I: Contracting Authority
      I.1) Name and addresses
             North Eastern Universities Purchasing Consortium Ltd
             NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
             Tel. +44 1134871762, Email: p.eagleton@neupc.ac.uk
             Contact: Paul Eagleton
             Main Address: https://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: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Uninterruptible-power-supplies./767XG47U5P
      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 Framework for Supply, Installation and management of Data Centre Management equipment and Infrastructure (2024)       
      Reference Number: ITS2009 NE
      II.1.2) Main CPV Code:
      31154000 - Uninterruptible power supplies.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: NEUPC is seeking to establish a framework agreement for the provision of Data Centre Management equipment and Infrastructure products and related services. NEUPC intends to award up-to the seven top ranked bidders to the framework, see the ITT document for full details. The purpose of the Framework Agreement is to provide HE Institutions and Participating Consortia members with a framework for the Supply, Installation and management of Data Centre Management equipment and Infrastructure plus related Design and Consultancy. Products in scope include a range of data centre management equipment and infrastructure including but not limited to Uninterrupted Power Supplies (UPS), cooling equipment, generators, gas & fire suppression systems, power distribution units (PDU’s), blanking panels, caging. Any or all elements of the supply, Installation, and management of data centre equipment and Infrastructure may be bought via the framework. See ITT.       
      II.1.5) Estimated total value:
      Value excluding VAT: 30,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      31156000 - Interruptible power supplies.
      31174000 - Power supply transformers.
      31682510 - Emergency power systems.
      31120000 - Generators.
      50532300 - Repair and maintenance services of generators.
      51111200 - Installation services of generators.
      31161200 - Gas cooling systems.
      42500000 - Cooling and ventilation equipment.
      45331230 - Installation work of cooling equipment.
      42512000 - Air-conditioning installations.
      45317300 - Electrical installation work of electrical distribution apparatus.
      50532400 - Repair and maintenance services of electrical distribution equipment.
      51112000 - Installation services of electricity distribution and control equipment.
      31625100 - Fire-detection systems.
      35111500 - Fire suppression system.
      44482000 - Fire-protection devices.
      45343210 - CO2 fire-extinguishing equipment installation work.
      51700000 - Installation services of fire protection equipment.
      72220000 - Systems and technical consultancy services.
      72514100 - Facilities management services involving computer operation.
      39151100 - Racking.
      44175000 - Panels.
      71311300 - Infrastructure works consultancy services.
      44211100 - Modular and portable buildings.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The purpose of the Framework Agreement is to provide Institutions and participating Consortia members with a framework for the Supply, Installation and management of Data Centre Management equipment and Infrastructure. Products in scope include a range of data centre management equipment and infrastructure items including but not limited to Uninterrupted Power Supplies (UPS), cooling equipment, generators, gas & fire suppression systems and power distribution units (PDU’s). Any or all elements of the supply, Installation, management and disposal of data centre equipment and Infrastructure may be bought via the framework. The scope includes provision of the following goods and services:
Services in scope -
Any or all elements of the supply, Installation, management and maintenance of Data Centre Management equipment and Infrastructure, including removal, relocation, recycling, refurbishment or disposal of Data Centre Management equipment and Infrastructure. Managed Services. Advice on related Sustainability & Energy efficiency and measurement.
Carbon monitoring, energy usage monitoring and assistance with reporting on carbon reduction and scope 3. Provision of Modular and mobile data centre infrastructure, edge/micro data centre Infrastructure and infrastructure as part of modular or prefab units, containerised / pre-fab units. Data Centre related Design and or Consultancy services. Preventative maintenance, testing, regular and emergency maintenance of new or existing equipment and Infrastructure is also included. Management of power distribution units (PDUs), Computer room air conditioners (CRACs), and Data Centre building management systems (BMS). Data centre equipment efficiency and energy usage control and monitoring, data centre infrastructure management (DCIM) including the potential for cloud based DCIM systems, ensuring Data Centre management infrastructure operates effectively and efficiently.
Data Centre Equipment in scope - Covering UPS, cooling equipment, generators, gas & fire suppression systems, PDUs plus consultancy, plus server & network racks, cabinets, blanking panels, lighting, back-up power, building management equipment.
The framework will be made available to all members of participating consortia: their respective memberships (found by following the relevant links) are: http://www.neupc.ac.uk/our-members, https://www.nwupc.ac.uk/our-members, https://www.supc.ac.uk/about-us/our-members/our-members, http://www.apuc-scot.ac.uk/#!/members,
http://www.hepcw.ac.uk/members/, http://www.lupc.ac.uk/member-list and https://www.thecpc.ac.uk/. The framework will be for an initial period of two years, with the option for two further extension periods of twelve months each to a total period of four years.This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is possible 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. 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. Membership of the consortia may be subject to change due to strategic realignment or the inclusion of new members. This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Management and Technical / Weighting: 15
            Quality criterion - Name: Marketing / Weighting: 5
            Quality criterion - Name: Supply and Delivery, Installation / Weighting: 30
            Quality criterion - Name: Sustainability and CSR / Weighting: 12.5
            Quality criterion - Name: Project Management / Weighting: 10
            Quality criterion - Name: Warranty and Support / Weighting: 15
            Quality criterion - Name: Scenario Question / Weighting: 12.5
                        
            Cost criterion - Name: Price basket Appendix / Weighting: 30
            Cost criterion - Name: Framework Rate Card / Weighting: 50
            Cost criterion - Name: Scenario Pricing Schedule / Weighting: 20
            Cost criterion - Name: Note the overall quality price split is 70% Quality / 30% Price / Weighting: 0
                              
      II.2.6) Estimated value:
      Value excluding VAT: 30,000,000       
      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.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Contract for up-to two periods of 12 months each. The Maximum
Contract length is 48 months.
      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: 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.             
      II.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 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.2.2) 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: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   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: 7           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   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: 2023/S 000 - 022583       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 28/11/2023 Time: 16:00
            
      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): 9
      
      IV.2.7) Conditions for opening of tenders:
         Date: 28/11/2023
         Time: 16:01
         Place:
         Delta
      

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 No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used No       
   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://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Uninterruptible-power-supplies./767XG47U5P

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/767XG47U5P
   VI.4) Procedures for review
   VI.4.1) Review body:
             NEUPC LTD
       Phoenix House, Leeds, 3 South Parade, LEEDS, LS1 5QX, 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: 20/10/2023

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: https://www.apuc-scot.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:
      2: Contracting Authority
       North Western Universities Purchasing Consortium Ltd
       Room 404, 4th Floor, Crescent House, University of Salford, Salford, M5 4WT, United Kingdom
       Tel. +44 161348000, Email: mary.onabanjo@nwupc.ac.uk
       Contact: Mary Onabanjo
       Main Address: https://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:
      3: Contracting Authority
       Southern Universities Purchasing Consortium
       Reading Enterprise Centre, The University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
       Tel. +44 1183784304, Email: supc@reading.ac.uk
       Contact: Mark Lewis
       Main Address: https://www.supc.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
       London Universities Purchasing Consortium
       Shropshire House, 179 Tottenham Court Road, LONDON, W1T 7NZ, United Kingdom
       Tel. +44 2073072760, Email: enquiries@lupc.ac.uk
       Contact: Mike Kilner
       Main Address: https://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:
      5: Contracting Authority
       HEPCW (Higher Education Purchasing Consortium, Wales)
       8th Floor, 30-36 Newport Road/Heol Casnewydd, Cardiff/Caerdydd, CF24 0DE, United Kingdom
       Tel. +44 2920874016, Email: h.allaway@wales.ac.uk
       Contact: Howard Allaway
       Main Address: https://www.hepcw.ac.uk/, Address of the buyer profile: https://www.sell2wales.gov.wales/search/search_mainpage.aspx
       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:
      6: Contracting Authority
       Crescent Purchasing Consortium (CPC)
       Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
       Tel. +44 8000662188, Email: s.gorst@thecpc.ac.uk
       Contact: Steven Gorst
       Main Address: https://www.thecpc.ac.uk/
       NUTS Code: UK

View any Notice Addenda

View Award Notice