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

HENSS2

  • First published: 08 June 2022
  • Last modified: 08 June 2022

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:
ocds-h6vhtk-02f6c0
Published by:
NEUPC Ltd
Authority ID:
AA20467
Publication date:
08 June 2022
Deadline date:
14 July 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply of equipment (and associated licences) to be installed by Institution, lease option included. Includes warranty support 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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

Contact person: Paul Eagleton

Telephone: +44 1133443958

E-mail: p.eagleton@neupc.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.neupc.ac.uk/

Address of the buyer profile: https://neupc.delta-esourcing.com/

I.1) Name and addresses

APUC (Advanced Procurement for Universities & Colleges)

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

UK

Contact person: Lorona Watts

Telephone: +44 1314428950

E-mail: enquiries@apuc-scot.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.apuc-scot.ac.uk/

Address of the buyer profile: https://www.apuc-scot.ac.uk/#!/tender

I.1) Name and addresses

HEPCW (Higher Education Purchasing Consortium, Wales)

8th Floor, 30-36 Newport Road,

Cardiff,

CF24 0DE

UK

Contact person: Howard Allaway

Telephone: +44 2920874016

E-mail: hepcw@wales.ac.uk

NUTS: UK

Internet address(es)

Main address: http://www.hepcw.ac.uk/

Address of the buyer profile: http://www.hepcw.ac.uk/for-suppliers/

I.1) Name and addresses

LUPC (London Universities Purchasing Consortium)

Shropshire House, 179 Tottenham Court Road

London

W1T 7NZ

UK

Contact person: Mike Kilner

Telephone: +44 2073072760

E-mail: enquiries@lupc.ac.uk

NUTS: UK

Internet address(es)

Main address: http://www.lupc.ac.uk/

Address of the buyer profile: https://www.lupc.ac.uk/suppliers/become-a-supplier/

I.1) Name and addresses

NWUPC (North West Universities Purchasing Consortium)

Room 404, 4th Floor, Crescent House, University of Salford

Salford

M5 4WT

UK

Contact person: Paula Lister

Telephone: +44 1612348006

E-mail: Paula.Lister@nwupc.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.nwupc.ac.uk/

Address of the buyer profile: https://www.nwupc.ac.uk/how-to-become-a-supplier-to-nwupc

I.1) Name and addresses

SUPC (Southern Universities Purchasing Consortium)

The University of Reading, Earley Gate, Whiteknights Road

Reading

RG6 6BU

UK

Telephone: +44 1183784304

E-mail: supc@reading.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.supc.ac.uk/

Address of the buyer profile: https://www.supc.ac.uk/become-a-supplier/

I.2) Joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://neupc.delta-esourcing.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


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

HENSS2

Reference number: ITS2008NE

II.1.2) Main CPV code

32400000

 

II.1.3) Type of contract

Supplies

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 only (lot 1), network equipment and services (lots 2 and 3) and Independent Consultancy only (lot 4).

II.1.5) Estimated total value

Value excluding VAT: 55 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders who choose to bid for any or all of Lots 1 to 3 may be awarded on any or all of Lots 1 to 3 inclusive if successful, but not Lot 4. Bidders who choose to bid for Lot4, may not be awarded on any or all of Lots 1 to 3 inclusive.

II.2) Description

Lot No: 1

II.2.1) Title

Networking Equipment Supply Only

II.2.2) Additional CPV code(s)

30237110

32420000

30237135

32400000

32410000

32412110

32412120

32413100

32415000

32421000

32422000

32423000

32424000

32427000

32428000

32430000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Supply of equipment (and associated licences) to be installed by Institution, lease option included. Includes warranty support 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: 20 000 000.00  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

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

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 (Lots 1-3). A maximum of fourteen suppliers will be invited to tender for each lot at ITT (Lots 1-3). 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:

Option to extend the Contract for up-to two periods of 12 months each. The Maximum Contract length is 48 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.2.14) Additional information

To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/2V4R37774Q

Lot No: 2

II.2.1) Title

Routine / Low value Networking Projects.

II.2.2) Additional CPV code(s)

32400000

72700000

32420000

30237110

30237135

32410000

32412110

32412120

32413100

32415000

32421000

32422000

32423000

32424000

32427000

32428000

32430000

48219000

50312300

50312320

72710000

72720000

72000000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Routine / Low value Networking Projects, covering any aspects of Networking equipment and services in any combination, including equipment provision, design, storage, implementation, maintenance, training, through to final disposal. No Managed Service option . No lease option. Projects up-to £150,000. 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: 10 000 000.00  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

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

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 (Lots 1-3). A maximum of fourteen suppliers will be invited to tender for each lot at ITT (Lots 1-3). 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:

Option to extend the Contract for up-to two periods of 12 months each. The Maximum Contract length is 48 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

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.

Lot No: 3

II.2.1) Title

Core Networking Projects.

II.2.2) Additional CPV code(s)

32400000

72700000

32420000

30237110

30237135

32410000

32412110

32412120

32413100

32415000

32421000

32422000

32423000

32424000

32427000

32428000

32430000

48219000

50312300

50312320

72710000

72720000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Covering any or all aspects of Networking in any combination, including equipment, design, storage, implementation, maintenance, training, Managed Service option (network maintenance, monitoring of attached network devices, monthly status reporting, implementation of upgrades/patches and user administration of both current and newly procured Infrastructure), through to final disposal. Projects over £150,000. Lease option on equipment. 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: 24 000 000.00  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

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

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 (Lots 1-3). A maximum of fourteen suppliers will be invited to tender for each lot at ITT (Lots 1-3). 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:

Option to extend the Contract for up-to two periods of 12 months each. The Maximum Contract length is 48 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

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.

Lot No: 4

II.2.1) Title

Lot 4 Consultancy Only

II.2.2) Additional CPV code(s)

32400000

32427000

72220000

72246000

72600000

32410000

32412110

32412120

32415000

32424000

32430000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

All aspects of networking consultancy from an independent perspective. This lot is not open to suppliers 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: 1 000 000.00  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

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 4

Objective criteria for choosing the limited number of candidates:

Objective criteria is Included within the tender documentation. It is envisaged that a maximum of three suppliers will be awarded to Lot4. A maximum of five suppliers will be invited to tender for Lot4 at ITT. 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:

Option to extend the Contract for up-to two periods of 12 months each. The Maximum Contract length is 48 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about 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:

2021/S 000-028497

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/07/2022

Local time: 16:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 09/08/2022

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: 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:-Networks./2V4R37774Q

To respond to this opportunity, please click here:

https://neupc.delta-esourcing.com/respond/2V4R37774Q

GO Reference: GO-202267-PRO-20271627

VI.4) Procedures for review

VI.4.1) Review body

NEUPC LTD

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

Telephone: +44 1134871762

E-mail: admin@neupc.ac.uk

Internet address(es)

URL: http://www.neupc.ac.uk/

VI.5) Date of dispatch of this notice

07/06/2022

Coding

Commodity categories

ID Title Parent category
72700000 Computer network services IT services: consulting, software development, Internet and support
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
32415000 Ethernet network Local area network
32412110 Internet network Communications network
32412120 Intranet network Communications network
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
32410000 Local area network Networks
72710000 Local area network services Computer network services
50312300 Maintenance and repair of data network equipment Maintenance and repair of computer equipment
48219000 Miscellaneous networking software package Networking software package
32421000 Network cabling Network equipment
32422000 Network components Network equipment
32420000 Network equipment Networks
32423000 Network hubs Network equipment
32424000 Network infrastructure Network equipment
30237110 Network interfaces Parts, accessories and supplies for computers
30237135 Network interfaces cards Parts, accessories and supplies for computers
32413100 Network routers Integrated network
32427000 Network system Network equipment
32428000 Network upgrade Network equipment
32400000 Networks Radio, television, communication, telecommunication and related equipment
50312320 Repair of data network equipment Maintenance and repair of computer equipment
72220000 Systems and technical consultancy services Software programming and consultancy services
72246000 Systems consultancy services Systems analysis and programming services
32430000 Wide area network Networks
72720000 Wide area network services Computer network 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:
p.eagleton@neupc.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.