UK-Leeds: Printers and plotters.

UK-Leeds: Printers and plotters.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871759, Email: m.johnson@neupc.ac.uk
Contact: Matt Johnson
Main Address: https://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://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
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: National Education Printer Agreement 2 (Nepa 2)
Reference Number: ITS2006NE
II.1.2) Main CPV Code:
30232100 - Printers and plotters.

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 award a national framework agreement to service the requirements of the UK Consortia Higher Education Institutions and Associate & Affiliate members for the supply of a full document print equipment supply capability including production print along with related services and peripherals through a framework for the complete provision of print equipment, services and associated finishing options across five lots. NEUPC intends to award up-to the 8 top ranked suppliers for lots 2, 3 and 4 and a maximum of up-to the 4 top ranked suppliers for lot 1 to the framework, see the ITT document for full details
II.1.5) Estimated total value:
Value excluding VAT: 80,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: One lot only
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Suppliers may be awarded any from lots 1 to 4

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Non-Managed Print Equipment Only
Lot No: 1
II.2.2) Additional CPV codes:
30232100 - Printers and plotters.
30232110 - Laser printers.
30232120 - Dot-matrix printers.
30232130 - Colour graphics printers.
30232150 - Inkjet printers
30121100 - Photocopiers.
30120000 - Photocopying and offset printing equipment.
30121000 - Photocopying and thermocopying equipment.
30121200 - Photocopying equipment.
30123000 - Office and business machines.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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. In addition to the general specification requirements for the framework Lot 1 suppliers must supply an approved range of print equipment and associated options for ordering institutions to manage themselves. Though the focus of lot 1 is new machines, remanufactured machines may be specified by the customer. Remanufactured machines must be of the same build quality as new machines and match their performance and warranty. See ITT for full details.
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
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: Yes
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.
II.2) Description Lot No. 2

II.2.1) Title: Managed Print Equipment and Services Only (Including MFDs)
Lot No: 2
II.2.2) Additional CPV codes:
30232100 - Printers and plotters.
30232110 - Laser printers.
30232120 - Dot-matrix printers.
30232130 - Colour graphics printers.
30232150 - Inkjet printers
30237310 - Font cartridges for printers.
30121100 - Photocopiers.
50313100 - Photocopier repair services.
50313200 - Photocopier maintenance services.
79800000 - Printing and related services.
30125100 - Toner cartridges.
30125110 - Toner for laser printers/fax machines.
30125120 - Toner for photocopiers.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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. In addition to the general specification requirements for the framework Lot 2 suppliers must supply a range of approved print related equipment and in addition offer a managed service covering institutional print requirements. See the ITT for full details.
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: 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.
II.2) Description Lot No. 3

II.2.1) Title: Production Print Only
Lot No: 3
II.2.2) Additional CPV codes:
30232100 - Printers and plotters.
30232110 - Laser printers.
30232120 - Dot-matrix printers.
50313100 - Photocopier repair services.
50313200 - Photocopier maintenance services.
30232130 - Colour graphics printers.
30120000 - Photocopying and offset printing equipment.
30232150 - Inkjet printers
30237310 - Font cartridges for printers.
42962000 - Printing and graphics equipment.
42991200 - Printing machinery.
42991500 - Parts of printing or bookbinding machinery.
48773000 - Print utility software package.
48773100 - Print-spooling software package.
48970000 - Print shop software package.
79800000 - Printing and related services.
30125100 - Toner cartridges.
30125110 - Toner for laser printers/fax machines.
30125120 - Toner for photocopiers.
30192320 - Printer ribbons.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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. In addition to the general specification requirements for the framework Lot 3 suppliers must supply an appropriate range of approved production print equipment and machinery. Additional Finishing options both on and offline. Conformance to a highly responsive SLA. Print Management Software and associated peripherals, & finishing kit. See ITT for full details.
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
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.
II.2) Description Lot No. 4

II.2.1) Title: One Stop Shop for Managed and Production Print Equipment and Services
Lot No: 4
II.2.2) Additional CPV codes:
30232100 - Printers and plotters.
30125110 - Toner for laser printers/fax machines.
30192320 - Printer ribbons.
30232110 - Laser printers.
30232120 - Dot-matrix printers.
30232130 - Colour graphics printers.
30232150 - Inkjet printers
30237310 - Font cartridges for printers.
30121100 - Photocopiers.
50313100 - Photocopier repair services.
50313200 - Photocopier maintenance services.
30120000 - Photocopying and offset printing equipment.
42962000 - Printing and graphics equipment.
42991200 - Printing machinery.
42991500 - Parts of printing or bookbinding machinery.
48773000 - Print utility software package.
48773100 - Print-spooling software package.
48970000 - Print shop software package.
79800000 - Printing and related services.
30125100 - Toner cartridges.
30125120 - Toner for photocopiers.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: 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. One-stop shop for the supply of all Managed printers and MFDs plus production print equipment with the ability to provide a managed service where required (as specified in Lots 2 and 3). See ITT for full details.
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: 29,600,000
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: Yes
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.


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
Not Provided
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: 28
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: 2019/S 214 - 524958
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/10/2020 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: 13/10/2020
Time: 16:01


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 Yes
Electronic invoicing will be accepted Yes
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:-Printers-and-plotters./975R69UNDP

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/975R69UNDP
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC LTD
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Internet address: http://www.neupc.ac.uk
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: 18/08/2020

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 Business Centre, Stirling, FK8 2DZ, United Kingdom
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
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
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
Email: david.yates@nwupc.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
Email: supc@reading.ac.uk
Main Address: https://www.supc.ac.uk/
NUTS Code: UK