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 Award Notice

HE Framework for Supply, Installation and management of Data Centre Management equipment and Infrastructure (2024)

  • First published: 19 March 2024
  • Last modified: 19 March 2024

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-03ecba
Published by:
NEUPC Ltd
Authority ID:
AA20467
Publication date:
19 March 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NEUPC has now awarded a framework agreement for the provision of Data Centre Management equipment & Infrastructure products and related services. (This opportunity was advertised but it is now closed and is now awarded.) The purpose of the Framework Agreement is to provide HE Institutions and Participating Consortia members with a framework for the Supply, Installation and management of Data Centre Management equipment and Infrastructure plus related Design and Consultancy. Products in scope include a range of data centre management equipment and infrastructure including but not limited to Uninterrupted Power Supplies (UPS), cooling equipment, generators, gas & fire suppression systems, power distribution units (PDU’s), blanking panels, caging. Any or all elements of the supply, Installation, and management of data centre equipment and Infrastructure may be bought via the framework.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

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://neupc.ac.uk/

Address of the buyer profile: www.delta-esourcing.com

I.1) Name and addresses

APUC (Advanced Procurement for Universities & Colleges)

APUC Limited, Unit 27,, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

UK

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

NUTS: UK

Internet address(es)

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

I.1) Name and addresses

North Western Universities Purchasing Consortium Ltd

Room 404, Crescent House, University of Salford

Salford

M5 4WT

UK

E-mail: mary.onabanjo@nwupc.ac.uk

NUTS: UK

Internet address(es)

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

I.1) Name and addresses

Southern Universities Purchasing Consortium

Reading Enterprise Centre,, The University of Reading, Earley Gate, Whiteknights Road

Reading

RG6 6BU

UK

E-mail: supc@reading.ac.uk

NUTS: UK

Internet address(es)

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

I.1) Name and addresses

London Universities Purchasing Consortium

Shropshire House, Road, 179 Tottenham Court

LONDON

W1T 7NZ

UK

E-mail: enquiries@lupc.ac.uk

NUTS: UK

Internet address(es)

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

I.1) Name and addresses

HEPCW (Higher Education Purchasing Consortium, Wales)

8th Floor,, 30-36 Newport Road/Heol Casnewydd

Cardiff/Caerdydd

CF24 0DE

UK

E-mail: h.allaway@wales.ac.uk

NUTS: UK

Internet address(es)

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

I.1) Name and addresses

Crescent Purchasing Consortium (CPC)

Procurement House, Unit 23, Leslie Hough Way

Salford,

M6 6AJ

UK

E-mail: s.gorst@thecpc.ac.uk

NUTS: UK

Internet address(es)

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

I.2) Joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

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

HE Framework for Supply, Installation and management of Data Centre Management equipment and Infrastructure (2024)

Reference number: ITS2009 NE

II.1.2) Main CPV code

31154000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

NEUPC has now awarded a framework agreement for the provision of Data Centre Management equipment & Infrastructure products and related services. (This opportunity was advertised but it is now closed and is now awarded.) The purpose of the Framework Agreement is to provide HE Institutions and Participating Consortia members with a framework for the Supply, Installation and management of Data Centre Management equipment and Infrastructure plus related Design and Consultancy. Products in scope include a range of data centre management equipment and infrastructure including but not limited to Uninterrupted Power Supplies (UPS), cooling equipment, generators, gas & fire suppression systems, power distribution units (PDU’s), blanking panels, caging. Any or all elements of the supply, Installation, and management of data centre equipment and Infrastructure may be bought via the framework.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 1.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

31156000

31174000

31682510

31120000

50532300

51111200

31161200

42500000

45331230

42512000

45317300

50532400

51112000

31625100

35111500

44482000

45343210

51700000

72220000

72514100

39151100

44175000

71311300

44211100

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 purpose of the awarded Framework Agreement is to provide Institutions and participating Consortia members with a framework for the Supply, Installation and management of Data Centre Management equipment and Infrastructure. Products in scope include a range of data centre management equipment and infrastructure items including but not limited to Uninterrupted Power Supplies (UPS), cooling equipment, generators, gas & fire suppression systems and power distribution units (PDU’s). Any or all elements of the supply, Installation, management and disposal of data centre equipment and Infrastructure may be bought via the framework. The scope includes provision of the following goods and services: Services in scope - Any or all elements of the supply, Installation, management and maintenance of Data Centre Management equipment and Infrastructure, including removal, relocation, recycling, refurbishment or disposal of Data Centre Management equipment and Infrastructure. Managed Services. Advice on related Sustainability & Energy efficiency and measurement. Carbon monitoring, energy usage monitoring and assistance with reporting on carbon reduction and scope 3. Provision of Modular and mobile data centre infrastructure, edge/micro data centre Infrastructure and infrastructure as part of modular or prefab units, containerised / pre-fab units. Data Centre related Design and or Consultancy services. Preventative maintenance, testing, regular and emergency maintenance of new or existing equipment and Infrastructure is also included. Management of power distribution units (PDUs), Computer room air conditioners (CRACs), and Data Centre building management systems (BMS). Data centre equipment efficiency and energy usage control and monitoring, data centre infrastructure management (DCIM) including the potential for cloud based DCIM systems, ensuring Data Centre management infrastructure operates effectively and efficiently. Data Centre Equipment in scope - Covering UPS, cooling equipment, generators, gas & fire suppression systems, PDUs plus consultancy, plus server & network racks, cabinets, blanking panels, lighting, back-up power, building management equipment. The framework will be made available to all members of participating consortia: their respective memberships (found by following the relevant links) are: http://www.neupc.ac.uk/our-members, https://www.nwupc.ac.uk/our-members, https://www.supc.ac.uk/about-us/our-members/our-members, http://www.apuc-scot.ac.uk/#!/members, http://www.hepcw.ac.uk/members/, http://www.lupc.ac.uk/member-list and https://www.thecpc.ac.uk/. The framework will be for an initial period of two years, with the option for two further extension periods of twelve months each to a total period of four years.This agreement will be open to members 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 possible 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. 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. Membership of the consortia may be subject to change due to strategic realignment or the inclusion of new members. This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015.

II.2.5) Award criteria

Quality criterion: Management and Technical / Weighting: 15

Quality criterion: Marketing / Weighting: 5

Quality criterion: Supply and Delivery, Installation / Weighting: 30

Quality criterion: Sustainability and CSR / Weighting: 12.5

Quality criterion: Project Management / Weighting: 10

Quality criterion: Warranty and Support / Weighting: 15

Quality criterion: Scenario Question / Weighting: 12.5

Cost criterion: Price basket Appendix / Weighting: 30

Cost criterion: Framework Rate Card / Weighting: 50

Cost criterion: PRICING SCHEDULE for scenario / Weighting: 20

Cost criterion: Note the overall quality price split is 70% Quality / 30% Price / Weighting: 0

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 was conducted via the Delta e-sourcing portal. 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. (Framework now awarded).

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

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 000-031054

Section V: Award of contract

Contract No: ITS2009 NE

Title: HE Framework for Supply, Installation and management of Data Centre Management equipment and Infrastructure (2024)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

09/02/2024

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Advanced Power Technology Ltd

02486740

150 Main Street, West Yorkshire

Addingham

LS29 0LY

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

2BM Limited

04555159

Unit 33 Eldon Business Park, Eldon Road, Chilwell

Nottingham

NG9 6DZ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Durata UK Ltd

08377119

2 Wilfred Whitfield Way, Tees AMP

Middlesbrough

TS2 1EN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Keysource LTD

03663128

3, City Place, Beehive Ring Rd, Crawley

Gatwick

RH6 0HA

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Sudlows Limited

02253701

The Darren Taylor Centre, Hollinwood Avenue, Chadderton

Oldham

OL9 8EE

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Upnorth Engineering Services Limited

04366405

Princesway, Princes Park, Tyne & Wear

Gateshead

NE11 0NF

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Workspace Technology Limited

05302612

Reddicap Trading Estate

Sutton Coldfield

B75 7BU

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 10 %

Short description of the part of the contract to be subcontracted:

Various elements may be subcontracted

Section VI: Complementary information

VI.3) Additional information

(This opportunity is now closed), 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.

To view this notice, please click here:

<a href="https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=847212870" target="_blank">https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=847212870</a>

GO Reference: GO-2024318-PRO-25525442

VI.4) Procedures for review

VI.4.1) Review body

NEUPC LTD

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

VI.5) Date of dispatch of this notice

18/03/2024

Coding

Commodity categories

ID Title Parent category
42512000 Air-conditioning installations Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
45343210 CO2 fire-extinguishing equipment installation work Fire-prevention installation works
42500000 Cooling and ventilation equipment Industrial machinery
45317300 Electrical installation work of electrical distribution apparatus Other electrical installation work
31682510 Emergency power systems Electricity supplies
72514100 Facilities management services involving computer operation Computer facilities management services
35111500 Fire suppression system Firefighting equipment
31625100 Fire-detection systems Burglar and fire alarms
44482000 Fire-protection devices Miscellaneous fire-protection equipment
31161200 Gas cooling systems Parts for electrical motors and generators
31120000 Generators Electric motors, generators and transformers
71311300 Infrastructure works consultancy services Civil engineering consultancy services
51112000 Installation services of electricity distribution and control equipment Installation services of electrical equipment
51700000 Installation services of fire protection equipment Installation services (except software)
51111200 Installation services of generators Installation services of electric motors, generators and transformers
45331230 Installation work of cooling equipment Heating, ventilation and air-conditioning installation work
31156000 Interruptible power supplies Ballasts for discharge lamps or tubes
44211100 Modular and portable buildings Prefabricated buildings
44175000 Panels Plates, sheets, strip and foil related to construction materials
31174000 Power supply transformers Transformers
39151100 Racking Miscellaneous furniture
50532400 Repair and maintenance services of electrical distribution equipment Repair and maintenance services of electrical machinery, apparatus and associated equipment
50532300 Repair and maintenance services of generators Repair and maintenance services of electrical machinery, apparatus and associated equipment
72220000 Systems and technical consultancy services Software programming and consultancy services
31154000 Uninterruptible power supplies Ballasts for discharge lamps or tubes

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.