Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

National Education Printer Agreement (Provision of print equipment and managed print services).

  • First published: 03 December 2015
  • Last modified: 03 December 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
North Eastern Universities Purchasing Consortium
Authority ID:
AA20476
Publication date:
03 December 2015
Deadline date:
06 January 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This agreement is intended to provide a full document print equipment supply with related services and peripherals.

Included in this remit is office document print hardware, multi-functional devices, print production hardware, print management solutions and services (including software solution if required) and additional peripheral hardware to enable fulfilment of managed print services i.e user authentication hardware and money loaders.

Large format printers are within scope of this agreement and may be supplied under lots 1-4.

Print Audit is also included under the addition of Lot 5.

Framework award will be direct to Original Equipment Manufacturers who will have the option to appoint up to 3 additional routes to market to service the framework requirements.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


North Eastern Universities Purchasing Consortia

The Leeds Innovation Centre, 103 Clarendon Road

Leeds

LS2 9DF

UK

http://www.in-tend.co.uk/neupc

Andy Hughes

+44 1133443957

a.d.hughes@leeds.ac.uk


http://www.neupc.ac.uk


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

National Education Printer Agreement (Provision of print equipment and managed print services).

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Unchecked box Unchecked box Unchecked box
Unchecked box Checked box

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance



UK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

20 000 00080 000 000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

This agreement is intended to provide a full document print equipment supply with related services and peripherals.

Included in this remit is office document print hardware, multi-functional devices, print production hardware, print management solutions and services (including software solution if required) and additional peripheral hardware to enable fulfilment of managed print services i.e user authentication hardware and money loaders.

Large format printers are within scope of this agreement and may be supplied under lots 1-4.

Print Audit is also included under the addition of Lot 5.

Framework award will be direct to Original Equipment Manufacturers who will have the option to appoint up to 3 additional routes to market to service the framework requirements.

II.1.6)

Common Procurement Vocabulary (CPV)

30232100
30232110
30232150
30232130
30232120
72810000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Lot1 — Non Managed Print Equipment — Maximum of 8 Suppliers.

In addition to the general specification requirements stated in the ITT document for the framework Lot 1 suppliers must supply an approved range of print equipment and associated options for ordering institutions to manage themselves.

Deliver to any reasonable location within the premises of the institutions authorised to call off from this framework (this will include non ground floor locations).

Lot 2 — Managed Print Equipment and Services (Including MFDs) — Maximum of 8 Suppliers.

In addition to the general specification requirements stated in the ITT document for the framework Lot 1 suppliers must supply a range of approved print related equipment and in addition offer a managed service covering institutional print requirements. For the purposes of this framework ‘Managed Print’ will encompass any requirement involving supply of additional service elements following supply of equipment.

As a minimum awarded suppliers will be expected to offer:

Timely provision of consumables required and included within the service.

Delivery and full installation to contracting authorities utilising the framework.

Training on any and all products offered (hardware, software or ancillary products).

Analysis of current facilities / future requirements and recommendations.

A mixture of MFDs and Printers.

Full Service and Maintenance of any product provided for minimum of 5 years.

A range of print management software.

Peripheral Hardware including but not limited to user authentication hardware and money loaders.

Lot 3 — Production Print Equipment — Maximum of 8 Suppliers.

In addition to the general specification requirements stated in the ITT document for the framework Lot 3 suppliers must supply an appropriate range of approved production print equipment and machinery.

Additional Finishing options both on and off line.

Conformance to a highly responsive SLA.

Print Management Software and associated peripherals.

Lot 4 — One Stop Shop For Office Print Equipment — Maximum of 8 Suppliers.

One stop shop for the supply of all office range printers and MFDs with the ability to provide a managed service where required (as specified in Lot 1 and Lot 2). For clarity this lot will not require supply of ‘Production Print Equipment’.

Lot 5 — Provision of an independent Print Audit Service — Maximum of 4 Suppliers.

Suppliers awarded to Lot 5 will be required to provide an independent Print Audit Service.

This service must be totally independent of any awarded OEM.

Audits would be expected to include both networked and non-networked devices.

A high level of data collection, analysis and provision will be required and suppliers will be expected to make generic recommendations and aid in the production of further competition / tender documents if requested.

Call-off patterns will vary between Buyers and it is anticipated that call-off will be made in a number of ways, such as below:

Choosing a single Supplier.

Undertaking a further competition to select a preferred Supplier when the Buyer has specific requirements;

Selecting the most economically advantageous offer or lowest price offer for each order placed;

Where the terms governing the provision of the Goods or Services concerned laid down in the Framework Agreement are sufficiently precise, Member Institutions can award a Contract to the Supplier without reopening competition (Direct Award), using the objective conditions in the Framework Agreement for determining which of the Suppliers that are party to the Framework Agreement shall perform such Goods or Services, namely the determination of which Supplier has the most economically advantageous tender offer (MEAT — value for money) based on the award criteria used in the Tender Document

Framework award will be direct to Original Equipment Manufacturers who will have the option to appoint up to 3 additional routes to market to service the framework requirements.

II.2.2)

Options

The initial framework award will be for a duration or 2 years at the conclusion of which the NEUPC reserves the right to invoke a maximum of a further 2 1-year extensions.

Provisional timetable for recourse to these options

36

Number of possible renewals

2

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

36

II.3)

Duration of the contract or limit for completion

48

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Joint and several liability under English law.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


As per detailed within the tender documentation and in line with Regulation 58 of the 2015 Public Procurement Regulations.

III.2.2)

Economic and financial capacity


As per detailed within the tender documentation and in line with Regulation 58 of the 2015 Public Procurement Regulations.



As per detailed within the tender documentation and in line with Regulation 58 of the 2015 Public Procurement Regulations.


III.2.3)

Technical capacity


As per detailed within the tender documentation.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

ITS2003 NE

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 05-01-2016

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 06-01-2016  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


48 Months.

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The initial framework is not subject to any external funding but it should be noted that individual call offs may involve funding from external sources to procuring members. Further details will be provided if applicable within any further competitions.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


NEUPC Ltd

Leeds Innovation Centre 103 Clarendon Rd

Leeds

LS2 9DF

UK

a.d.hughes@leeds.ac.uk


http://www.neupc.ac.uk

Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 01-12-2015

ANNEX B

Information About Lots

1     Non Managed Print Equipment

1)

Short Description

Lot 1 suppliers must supply an approved range of print equipment and associated options for ordering institutions to manage themselves.

2)

Common Procurement Vocabulary (CPV)

30232100
30232120
30232150
30232130
30232110

3)

Quantity or scope

Lot 1 suppliers must supply an approved range of office print equipment and associated options for ordering institutions to manage themselves.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Managed Print Equipment and Services

1)

Short Description

Lot 2 suppliers must supply a range of approved print related equipment and in addition offer a managed service covering institutional print requirements. For the purposes of this framework ‘Managed Print’ will encompass any requirement involving supply of additional service elements following supply of equipment.

As a minimum awarded suppliers will be expected to offer:

Timely provision of consumables required and included within the service.

Delivery and full installation to contracting authorities utilising the framework.

Training on any and all products offered (hardware, software or ancillary products).

Analysis of current facilities / future requirements and recommendations.

A mixture of MFDs and Printers.

Full Service and Maintenance of any product provided for minimum of 5 years.

A range of print management software.

Peripheral Hardware including but not limited to user authentication hardware and money loaders.

2)

Common Procurement Vocabulary (CPV)

30120000
30232110
42962000
30232100
30232150
30232120
79810000
42991200

3)

Quantity or scope

Lot 2 suppliers must supply a range of approved print related equipment and in addition offer a managed service covering institutional print requirements. For the purposes of this framework ‘Managed Print’ will encompass any requirement involving supply of additional service elements following supply of equipment.

As a minimum awarded suppliers will be expected to offer:

Timely provision of consumables required and included within the service.

Delivery and full installation to contracting authorities utilising the framework.

Training on any and all products offered (hardware, software or ancillary products).

Analysis of current facilities / future requirements and recommendations.

A mixture of MFDs and Printers.

Full Service and Maintenance of any product provided for minimum of 5 years.

A range of print management software.

Peripheral Hardware including but not limited to user authentication hardware and money loaders.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Production Print Equipment

1)

Short Description

Lot 3 suppliers must supply an appropriate range of approved production print equipment and machinery.

Additional Finishing options both on and off line.

Conformance to a highly responsive SLA.

Print Management Software and associated peripherals.

2)

Common Procurement Vocabulary (CPV)

30232100
30232130

3)

Quantity or scope

Lot 3 suppliers must supply an appropriate range of approved production print equipment and machinery.

Additional Finishing options both on and off line.

Conformance to a highly responsive SLA.

Print Management Software and associated peripherals.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Office Printer Equipment and Managed Services One Stop Shop

1)

Short Description

One stop shop for the supply of all office range printers and MFDs with the ability to provide a managed service where required (as specified in Lot 1 and Lot 2). For clarity this lot will not require supply of ‘Production Print Equipment’.

2)

Common Procurement Vocabulary (CPV)

30120000
30232110
42962000
30232130
30232100
30232150
30232120
42991200

3)

Quantity or scope

One stop shop for the supply of all office range printers and MFDs with the ability to provide a managed service where required (as specified in Lot 1 and Lot 2). For clarity this lot will not require supply of Production Print Equipment’.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

5     Independant Print Audit and Consultancy

1)

Short Description

Suppliers awarded to Lot 5 will be required to provide an independent Print Audit and Consultancy Service.

This service must be totally independent of any awarded OEM.

Audits would be expected to include both networked and non-networked devices.

A high level of data collection, analysis and provision will be required and suppliers will be expected to make generic recommendations and aid in the production of further competition / tender documents if requested.

2)

Common Procurement Vocabulary (CPV)

72150000

3)

Quantity or scope

Suppliers awarded to Lot 5 will be required to provide an independent Print Audit and Consultancy Service.

This service must be totally independent of any awarded OEM.

Audits would be expected to include both networked and non-networked devices.

A high level of data collection, analysis and provision will be required and suppliers will be expected to make generic recommendations and aid in the production of further competition / tender documents if requested.


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
30232130 Colour graphics printers Peripheral equipment
72150000 Computer audit consultancy and hardware consultancy services Hardware consultancy services
72810000 Computer audit services Computer audit and testing services
30232120 Dot-matrix printers Peripheral equipment
30232150 Inkjet printers Peripheral equipment
30232110 Laser printers Peripheral equipment
30120000 Photocopying and offset printing equipment Office machinery, equipment and supplies except computers, printers and furniture
30232100 Printers and plotters Peripheral equipment
42962000 Printing and graphics equipment Command and control system, printing, graphics, office automation and information-processing equipment
42991200 Printing machinery Paper, printing and bookbinding machinery and parts
79810000 Printing services Printing and related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
a.d.hughes@leeds.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.