UK-Leeds: Uninterruptible power supplies.

UK-Leeds: Uninterruptible power supplies.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871750, Email: p.eagleton@neupc.ac.uk
Contact: Paul Eagleton
Main Address: http://www.neupc.ac.uk/, Address of the buyer profile: https://neupc.delta-esourcing.com/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Uninterruptible-power-supplies./9J4X5XVK77
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Uninterruptible-power-supplies./9J4X5XVK77 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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 (2019)
Reference Number: ITS2005 NE
II.1.2) Main CPV Code:
31154000 - Uninterruptible power supplies.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: NEUPC is looking to establish a framework agreement which is for the provision of Data Centre Management equipment and Infrastructure products and related services. NEUPC intends to award up-to the seven top ranked bidders to the framework, see the ITT document for full details. The purpose of the 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 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. See ITT.
II.1.5) Estimated total value:
Value excluding VAT: 30,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
31156000 - Interruptible power supplies.
31174000 - Power supply transformers.
31682510 - Emergency power systems.
31120000 - Generators.
50532300 - Repair and maintenance services of generators.
51111200 - Installation services of generators.
31161200 - Gas cooling systems.
42500000 - Cooling and ventilation equipment.
45331230 - Installation work of cooling equipment.
42512000 - Air-conditioning installations.
45317300 - Electrical installation work of electrical distribution apparatus.
50532400 - Repair and maintenance services of electrical distribution equipment.
51112000 - Installation services of electricity distribution and control equipment.
31625100 - Fire-detection systems.
35111500 - Fire suppression system.
44482000 - Fire-protection devices.
45343210 - CO2 fire-extinguishing equipment installation work.
51700000 - Installation services of fire protection equipment.
72220000 - Systems and technical consultancy services.
72514100 - Facilities management services involving computer operation.
39151100 - Racking.
44175000 - Panels.
71311300 - Infrastructure works consultancy services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Products & Services in scope - Installation, maintenance, and management of Data Centre Management equipment and Infrastructure, removal and recycling of Data Centre Management equipment and Infrastructure. Data Centre related Design and Consultancy services. Data Centre Equipment and Infrastructure includes UPS, Energy management systems & monitoring, PDUs, MDUs, HVAC systems, cooling equipment, generators, gas & fire suppression systems, racking, panels, Cable drums, composite data centre wall panels, enclosures, raised flooring, conduits, Server lifters, tile lifters (see ITT for more details). 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:
Criteria below
Quality criterion - Name: Management and Technical / Weighting: 15
Quality criterion - Name: Marketing / Weighting: 5
Quality criterion - Name: Supply and Delivery, Installation / Weighting: 30
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Project Management / Weighting: 10
Quality criterion - Name: Warranty and Support / Weighting: 15
Quality criterion - Name: Scenario Question / Weighting: 15

Cost criterion - Name: Price equipment Appendix / Weighting: 30
Cost criterion - Name: Framework Rate Card / Weighting: 50
Cost criterion - Name: PRICING SCHEDULE for scenario / Weighting: 20
Cost criterion - Name: Note the overall quality price split is 70% Quality / 30% Price / Weighting: 0

II.2.6) Estimated value:
Value excluding VAT: 30,000,000
Currency: 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
Description of renewals: Not provided

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.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Call offs may involve the use of EU or Research grant funding including but not limited to ERDF or ESIF funding
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. NEUPC envisage awarding a maximum of seven (top ranked) suppliers to the framework.


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Refer to Invitation to Tender.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 7
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/11/2019 Time: 16:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4

IV.2.7) Conditions for opening of tenders:
Date: 14/11/2019
Time: 16:01
Place:
Leeds


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used Yes
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:-Uninterruptible-power-supplies./9J4X5XVK77

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/9J4X5XVK77
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC LTD
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871750
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 11/10/2019

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
APUC (Advanced Procurement for Universities & Colleges)
APUC Limited, Unit 27, Stirling Business Centre, Wellgreen, Stirling, FK8 2DZ, United Kingdom
Tel. +44 1314428930, Email: enquiries@apuc-scot.ac.uk
Main Address: http://www.apuc-scot.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
HEPCW (Higher Education Purchasing Consortium, Wales)
8th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
Tel. +44 2920874016, Email: h.allaway@wales.ac.uk
Main Address: http://www.hepcw.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
LUPC (London Universities Purchasing Consortium)
Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
Tel. +44 2073072760, Email: enquiries@lupc.ac.uk
Main Address: http://www.lupc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
NWUPC (North West Universities Purchasing Consortium)
Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
Tel. +44 1612348000, Email: sarah.dye@manchester.ac.uk
Main Address: https://www.nwupc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
SUPC (Southern Universities Purchasing Consortium)
Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BZ, United Kingdom
Tel. +44 1189357081, Email: supc@reading.ac.uk
Main Address: https://www.supc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
6: Contracting Authority
Crescent Purchasing Ltd (CP Ltd)
Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
Tel. +44 8000662188, Email: helpdesk@thecpc.ac.uk
Main Address: https://www.thecpc.ac.uk/
NUTS Code: UK