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 1618231860
E-mail: j.edwards@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
Public Sector
Procurement House
Salford
M6 6AJ
UK
E-mail: j.edwards@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: j.edwards@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 1618231860
E-mail: j.edwards@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
ICT Hardware & Peripherals Equipment Framework Agreement
Reference number: CA13314 - CPC /JE/01/2023
II.1.2) Main CPV code
30237300
II.1.3) Type of contract
Supplies
II.1.4) Short description
CPC intends to put a framework agreement in place with multiple suppliers for the supply of ICT hardware and peripherals equipment, and related services, open to both manufacturers and resellers that will offer additional benefits through collaborative and innovative partnerships with CPC members and the wider pubic sector. CPC members are distributed across the UK. A list of members split by region can be found here: Member Regions - Crescent Purchasing Consortium (CPC) (thecpc.ac.uk) Future members of the CPC will be from the education sector, with details available here: Get Information about Schools - GOV.UK (get-information-schools.service.gov.uk) Wider Public Sector details can be found here: Public sector classification guide - Office for National Statistics (ons.gov.uk), Departments, agencies and public bodies - GOV.UK - GOV.UK (www.gov.uk) Details are also included on the CPC website at: Eligible Public Sector Bodies - Crescent Purchasing Consortium (CPC) (thecpc.ac.uk)
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Desktop PC and Portable Device Solutions (excluding Apple)
II.2.2) Additional CPV code(s)
30237200
30231000
30237130
30230000
30237300
30213200
30213300
30200000
30211400
30237460
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
uk
II.2.4) Description of the procurement
This Lot is for the provision of goods and services including but not limited to supply, and supply and installation (where required) for desktop computers (Tower, Small Form Micro and All In Ones), thin clients, laptops, notebooks, netbooks including Chromebooks, tablets, PDA’s, mobile internet devices (excluding mobile phones), high performance and gaming / eSports desktops and laptops, and all other related products. The scope includes, new as well as, refurbished equipment and remanufactured equipment, bespoke equipment, new and emerging ICT hardware. Services include but are not limited to installation, imaging services, maintenance services, other relevant services including asset tagging, mobile device management, training & support for all solutions.
The lot also includes equipment and peripherals not limited to charging carts, docking stations and storage trolleys, printers, scanners, monitors, keyboards and mice, including both wired and wireless, virtual reality equipment, gaming equipment, headphones, earphones, external hard drives, memory upgrades, speakers, spares, cables, components & accessories including locks and brackets, carry cases, memory sticks, telephone handsets (not complete systems) and other related products, including new and emerging technologies. The lot also covers the provision of software, where sold with equipment.
Please note this lot excludes Apple products.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 - Apple Solutions
II.2.2) Additional CPV code(s)
30200000
30237300
30237460
33197000
30211400
30213300
30237200
30230000
30231000
30237410
30213200
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK
II.2.4) Description of the procurement
This Lot is for the provision of goods and services including but not limited to supply, and supply and installation for a range of Apple Solutions including desktops, laptops, keyboards and mice including both wired and wireless, monitors, thin clients, tablets, charging carts, docking stations, accessories and cables, new as well as refurbished equipment, and remanufactured equipment, new and emerging Apple technologies , maintenance services, other relevant services including asset tagging, mobile device management and training & support for all solutions.. The lot also covers the provision of software, where sold with equipment.
Note: Please note the lot 2 requirement for Apple products has been included within this Framework Agreement, as a named manufacturer due to the technical specification requirements of CPC members and the Wider Public Sector Contracting Authorities accessing this Framework Agreement under regulation 42.(12) – Technical Specifications of the Public Procurement (Amendments Etc.) (EU Exit) Regulations 2020.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.1.8) 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:
2023/S 000-036770
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/04/2024
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
10/04/2024
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
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
05/03/2024