Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Crescent Purchasing Limited
Procurement House, Leslie Hough Way
Salford
M6 6AJ
UK
Telephone: +44 1619740945
E-mail: m.woodman@thecpc.ac.uk
NUTS: UKD3
Internet address(es)
Main address: www.thecpc.ac.uk
Address of the buyer profile: www.thecpc.ac.uk
I.1) Name and addresses
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Road
London
W1T 7NZ
UK
Telephone: +44 2073072760
E-mail: enquiries@lupc.ac.uk
NUTS: UKI
Internet address(es)
Main address: http://www.lupc.ac.uk
Address of the buyer profile: http://www.lupc.ac.uk
I.1) Name and addresses
Southern Universities Purchasing Consortium
Science and Technology Centre, University of Reading
Reading
RG6 6BZ
UK
Telephone: +44 1189357081
E-mail: supc@reading.ac.uk
NUTS: UKJ11
Internet address(es)
Main address: https://www.supc.ac.uk/
Address of the buyer profile: https://www.supc.ac.uk/
I.1) Name and addresses
Advanced Procurement for Universities and Colleges (APUC)
Unit 27, Stirling Business Centre
Wellgreen
FK8 2DZ
UK
Telephone: +44 1314428930
E-mail: enquiries@apuc-scot.ac.uk
NUTS: UKM77
Internet address(es)
Main address: http://www.apuc-scot.ac.uk/
Address of the buyer profile: http://www.apuc-scot.ac.uk/
I.1) Name and addresses
Higher Purchasing Consortium Wales
8th Floor, 30 -36 Newport road
Cardiff
CF24 0DE
UK
Telephone: +44 2920879201
E-mail: h.allaway@wales.ac.uk
NUTS: UKL22
Internet address(es)
Main address: http://www.hepcw.ac.uk/
Address of the buyer profile: http://www.hepcw.ac.uk/
I.1) Name and addresses
North Eastern Universities Purchasing Consortium Ltd
c/o Leeds Innovation Centre, 103 Clarendon Road
Leeds
LS2 9DF
UK
Telephone: +44 1133443957
E-mail: f.rowell@leeds.ac.uk
NUTS: UKE42
Internet address(es)
Main address: http://www.neupc.ac.uk
Address of the buyer profile: http://www.neupc.ac.uk
I.1) Name and addresses
North Western Universities Purchasing Consortium Ltd
Crescent House, University of Salford Room 404
Salford
M5 4WT
UK
Telephone: +44 1612348003
E-mail: natasha.peacock@manchester.ac.uk
NUTS: UKD33
Internet address(es)
Main address: http://www.nwupc.ac.uk
Address of the buyer profile: http://www.nwupc.ac.uk
I.1) Name and addresses
Public Sector
Procurement House
Salford
M6 6AJ
UK
E-mail: m.woodman@thecpc.ac.uk
NUTS: UK
Internet address(es)
Main address: www.thecpc.ac.uk
Address of the buyer profile: www.thecpc.ac.uk
I.1) Name and addresses
Education
Procurement House
Salford
M6 6AJ
UK
E-mail: m.woodman@thecpc.ac.uk
NUTS: UK
Internet address(es)
Main address: www.thecpc.ac.uk
Address of the buyer profile: www.thecpc.ac.uk
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://suppliers.multiquote.com
Additional information can be obtained from another address:
Crescent Purchasing Limited
Procurement House, Leslie Hough Way
Salford
M6 6AJ
UK
Telephone: +44 1619740945
E-mail: m.woodman@thecpc.ac.uk
NUTS: UKD3
Internet address(es)
Main address: www.thecpc.ac.uk
Address of the buyer profile: www.thecpc.ac.uk
Tenders or requests to participate must be sent electronically to:
https://suppliers.multiquote.com
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
Drinking Water Dispensers and Associated Services Framework
Reference number: CA11944 - CPC/MW/01/2023
II.1.2) Main CPV code
31141000
II.1.3) Type of contract
Supplies
II.1.4) Short description
CPC are looking to expand from the previous iteration of this framework agreement offering members an easy and compliant route to market for all of their Drinking Water Dispensers and Associated Service requirements.
This Framework agreement will be open to the CPC Members, Education Sector, Wider Pubic Sector, Local Authorities procuring on behalf of Educational Establishments, as well as members of the following education consortia;
North Western University Purchasing Consortium http://www.nwupc.ac.uk
North Eastern Universities Purchasing Consortium http://www.neupc.ac.uk
London Universities Purchasing Consortium http://www.lupc.ac.uk
Southern Universities Purchasing Consortium http://supc.ac.uk
Advanced Procurement for Universities and Colleges http://www.apuc-scot.ac.uk
Higher Education Purchasing Consortium Wales http://www.hepcw.ac.uk
II.1.5) Estimated total value
Value excluding VAT:
7 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 5 lots
Maximum number of lots that may be awarded to one tenderer: 5
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Bottled Water Dispensers
II.2.2) Additional CPV code(s)
31141000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
The supply and ongoing maintenance of bottled water dispensers including but not limited to countertop and free-standing dispensers. This lot also covers additional services associated with water dispensers such as site surveys, sanitisation checks in line with industry standards, ongoing maintenance visits, supply of bottled water, removal of used water bottles etc. Suppliers will also be able to provide advice and guidance to members to determine the best machine and location for their requirements.
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:
1 500 000.00
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
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 - Plumb in Water Dispensers
II.2.2) Additional CPV code(s)
31141000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
the supply, installation and ongoing maintenance of plumbed in water dispensers including but not limited to countertop and free-standing dispensers. This lot also covers additional services associated with water dispensers such as site surveys, sanitisation checks in line with industry standards, ongoing maintenance visits etc. Suppliers will also be able to provide advice and guid-ance to members to determine the best machine and location for their requirements.
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:
1 500 000.00
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
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Lot 3 - External Drinking Water Fountains
II.2.2) Additional CPV code(s)
65111000
31141000
41110000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
The supply, installation and ongoing maintenance of external drinking water fountains. This lot also covers additional services associated with external drinking water fountains such as site sur-veys and ongoing maintenance visits etc. Suppliers will also be able to provide advice and guid-ance to members to determine the best machine and location for their requirements.
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:
1 500 000.00
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
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Lot 4 - Hot Water Dispensers
II.2.2) Additional CPV code(s)
31141000
42161000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
The supply, installation and ongoing maintenance of hot water dispensers including but not lim-ited to wall mounted and countertop boilers. This lot also covers additional services associated with water boilers such as site surveys, sanitisation checks in line with industry standards, ongo-ing maintenance visits etc. Suppliers will also be able to provide advice and guidance to mem-bers to determine the best machine and location for their requirements.
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:
1 500 000.00
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
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Lot 5 - Integrated Tap Systems
II.2.2) Additional CPV code(s)
31141000
44411100
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
The supply, installation and ongoing maintenance of Integrated Tap Systems. This lot also covers additional services associated with Integrated Tap Systems such as site surveys, sanitisation checks in line with industry standards, ongoing maintenance visits etc. Suppliers will also be able to provide advice and guidance to members to determine the best machine and location for their requirements.
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:
1 500 000.00
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
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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
Open 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.
Envisaged maximum number of participants to the framework agreement: 35
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/04/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
12/04/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
2018/S 245-561255
VI.4) Procedures for review
VI.4.1) Review body
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
UK
VI.4.2) Body responsible for mediation procedures
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will incorporate a minimum of a ten calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015, provide for aggrieved parties who have been harmed or are at risk of harm, by breach of the rules to take action in the High Court. Any such action must be brought promptly
VI.4.4) Service from which information about the review procedure may be obtained
Crescent Purchasing Consortia
Procurement House
Salford
M6 6AJ
UK
VI.5) Date of dispatch of this notice
09/03/2023