University of Lincoln: Digital Technologies Equipment Supply

  University of Lincoln is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Digital Technologies Equipment Supply
Notice type: Contract Notice
Authority: University of Lincoln
Nature of contract: Supplies
Procedure: Restricted
Short Description: The University of Lincoln are looking to appoint a single supplier to operate as a "Master Vendor" who can supply the University with a broad range of ICT hardware for a long term contract. In-scope of this contract will be desktop PCs, laptops, workstations, Apple devices, monitors, peripherals, accessories, mobile device hardware, high performance/gaming PCs and (at the University's discretion) servers.
Published: 11/02/2025 13:31
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-Lincoln: Computer equipment and supplies.
Section I: Contracting Authority
      I.1) Name and addresses
             University of Lincoln
             Lawress Hall, Riseholme Park, Riseholme, Lincoln, LN2 2LG, United Kingdom
             Tel. +44 1522882000, Email: vmelides@lincoln.ac.uk
             Contact: Vasos Melides - Procurement Category Manager
             Main Address: www.lincoln.ac.uk
             NUTS Code: UKF3
      I.2) Joint procurement
      The contract involves joint procurement: No.
      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: No.
      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-Lincoln:-Computer-equipment-and-supplies./2FUZ9F8G45
      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: Digital Technologies Equipment Supply       
      Reference Number: 428
      II.1.2) Main CPV Code:
      30200000 - Computer equipment and supplies.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The University of Lincoln are looking to appoint a single supplier to operate as a "Master Vendor" who can supply the University with a broad range of ICT hardware for a long term contract. In-scope of this contract will be desktop PCs, laptops, workstations, Apple devices, monitors, peripherals, accessories, mobile device hardware, high performance/gaming PCs and (at the University's discretion) servers.       
      II.1.5) Estimated total value:
      Value excluding VAT: 10,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      30213100 - Portable computers.
      30213200 - Tablet computer.
      30213300 - Desktop computer.
      30230000 - Computer related equipment.
      30231000 - Computer screens and consoles.
      30236000 - Miscellaneous computer equipment.
      30237200 - Computer accessories.
      48820000 - Servers.
      48822000 - Computer servers.
      30214000 - Workstations.
      30237300 - Computer supplies.
      32250000 - Mobile telephones.
      
      II.2.3) Place of performance:
      UKF3 Lincolnshire
      
      II.2.4) Description of procurement: Organisations interested in this opportunity will need to have the scale and capability to supply the full breadth of the ICT requirements that are in-scope this contract. Purchases under the proposed contract will range from high value orders for rolling-replacement expenditure through to ad-hoc lower value one-off and peripheral purchases.

The University is seeking a supplier who can provide (and continually demonstrate) long term value for money and can work in partnership with us to offer expertise and advice on getting the best from ICT hardware supply chains. By accessing the tenderbox linked to this notice, interested parties can access an Opportunity Briefing Pack which provides further background and context to the University's requirements and on the procurement process.

This procurement is being conducted under the Public Contracts Regulations 2015, not the Procurement Act 2023.
      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: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: After the initial three year period, there will be two optional (at the University's discretion) extension periods of up to two periods of one year each. The maximum duration of the contract will be for five years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: After the initial three year period, there will be two optional (at the University's discretion) extension periods of up to two periods of one year each. The maximum duration of the contract will be for five years.
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/2FUZ9F8G45       


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:          
      Selection criteria are as stated in the procurement documents.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Selection criteria are as stated in the procurement documents.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Selection criteria are as stated in the procurement documents.    
      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: 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 - NO        
         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: 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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 24/03/2025 Time: 11:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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: Not Provided      
      

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 No       
   Electronic payment will be used No       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Lincoln:-Computer-equipment-and-supplies./2FUZ9F8G45

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/2FUZ9F8G45
   VI.4) Procedures for review
   VI.4.1) Review body:
             University of Lincoln
       Riseholme Park, Riseholme, Lincoln, LN2 2LG, 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:    
    The contracting authority will incorporate a minimum of 10 calendar days standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to applicants of the award decision.

This notification will provide the information that tenderers are legally entitled to regarding the award decision. The standstill period provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).    
   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: 11/02/2025

Annex A


View any Notice Addenda

View Award Notice

UK-Lincoln: Computer equipment and supplies.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       University of Lincoln
       Lawress Hall, Riseholme Park, Riseholme, Lincoln, LN2 2LG, United Kingdom
       Tel. +44 1522882000, Email: vmelides@lincoln.ac.uk
       Contact: Vasos Melides - Procurement Category Manager
       Main Address: www.lincoln.ac.uk
       NUTS Code: UKF3

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      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: No

   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: Digital Technologies Equipment Supply            
      Reference number: 428

      II.1.2) Main CPV code:
         30200000 - Computer equipment and supplies.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The University of Lincoln were looking to appoint a single supplier to operate as a "Master Vendor" who can supply the University with a broad range of ICT hardware for a long term contract. In-scope of this contract will be desktop PCs, laptops, workstations, Apple devices, monitors, peripherals, accessories, mobile device hardware, high performance/gaming PCs and (at the University's discretion) servers.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 7,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            30213100 - Portable computers.
            30213200 - Tablet computer.
            30213300 - Desktop computer.
            30230000 - Computer related equipment.
            30231000 - Computer screens and consoles.
            30236000 - Miscellaneous computer equipment.
            30237200 - Computer accessories.
            48820000 - Servers.
            48822000 - Computer servers.
            30214000 - Workstations.
            30237300 - Computer supplies.
            32250000 - Mobile telephones.


      II.2.3) Place of performance
      Nuts code:
      UKF3 - Lincolnshire
   
      Main site or place of performance:
      Lincolnshire
             

      II.2.4) Description of the procurement: Organisations interested in this opportunity needed to have the scale and capability to supply the full breadth of the ICT requirements that are in-scope this contract. Purchases under the proposed contract will range from high value orders for rolling-replacement expenditure through to ad-hoc devices, lower value one-off orders and peripheral purchases.

The University was seeking a supplier who can provide (and continually demonstrate) long term value for money and can work in partnership with the University to offer expertise and advice on getting the best from ICT hardware supply chains.

This procurement was conducted under the Public Contracts Regulations 2015.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:After the initial three year period, there will be two optional (at the University's discretion) extension periods of up to two periods of one year each. The maximum duration of the contract will be for five years.

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/2FUZ9F8G45


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: No       
      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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2025/S 000-004569
      
   

   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: 428    
   Lot Number: Not Provided    
   Title: Digital Technology Equipment Supply

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 05/08/2025

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         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: No
         
         Contractor (No.1)
             XMA LTD, 02051703
             Wilford Industrial Estate,, Ruddington Lane Wilford,, Nottingham,, NG11 7EP, United Kingdom
             NUTS Code: UKF3
            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: 7,000,000          
         Total value of the contract/lot: 7,000,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=971403869
   VI.4) Procedures for review

      VI.4.1) Review body
          University of Lincoln
          Riseholme Park, Riseholme, Lincoln, LN2 2LG, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The contracting authority have incorporate a minimum of 10 calendar days standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to applicants of the award decision. This notification has provided the information that tenderers are legally entitled to regarding the award decision. The standstill period provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

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

   VI.5) Date of dispatch of this notice: 22/08/2025