UK-Leeds: Networks.

UK-Leeds: Networks.
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 1133443958, Email: p.eagleton@neupc.ac.uk
Contact: Paul Eagleton
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: HENSS2
Reference Number: ITS2008NE
II.1.2) Main CPV Code:
32400000 - Networks.

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 develop a national framework agreement to service the requirements of UK Higher Education Institutions and Associate members for the supply of Networking Equipment and Services through a framework for Higher Education Networking equipment and services, for the supply, installation, storage, maintenance, and repair of Networking Equipment and Networking Consultancy provision. This framework will consist of 4 lots to provide a complete provision of network equipment only (lot 1), network equipment and services (lots 2 and 3) and Independent Consultancy only (lot 4).
II.1.5) Estimated total value:
Value excluding VAT: 55,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Bidders who choose to bid for any or all of Lots 1 to 3 may be awarded on any or all of Lots 1 to 3 inclusive if successful, but not Lot 4. Bidders who choose to bid for Lot4, may not be awarded on any or all of Lots 1 to 3 inclusive.

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

II.2.1) Title: Networking Equipment Supply Only
Lot No: 1
II.2.2) Additional CPV codes:
30237110 - Network interfaces.
32420000 - Network equipment.
30237135 - Network interfaces cards.
32400000 - Networks.
32410000 - Local area network.
32412110 - Internet network.
32412120 - Intranet network.
32413100 - Network routers.
32415000 - Ethernet network.
32421000 - Network cabling.
32422000 - Network components.
32423000 - Network hubs.
32424000 - Network infrastructure.
32427000 - Network system.
32428000 - Network upgrade.
32430000 - Wide area network.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Supply of equipment (and associated licences) to be installed by Institution, lease option included. Includes warranty support only. Including Gateways, Routers, Switches, Bridges, Hubs, Repeaters, Multilayer switches, Bridge Routers, Proxy Servers, Firewalls, Network address translator, ISDN terminal adapter, network interface controller, wireless network interface controller, network monitoring systems, CWDM optical platforms, DWDM optical platforms, IP Video Products, IP Security Systems, Wireless Client Adapters and Protocol Converters and Ethernet adaptors. This list is not exhaustive, all wired and wireless networking equipment is included within the remit. 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.
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: 20,000,000
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 10
/ Maximum number: 14
Objective criteria for choosing the limited number of candidates: Objective criteria is Included within the tender documentation. It is envisaged that a maximum of nine suppliers will be awarded to each lot (Lots 1-3). A maximum of fourteen suppliers will be invited to tender for each lot at ITT (Lots 1-3). Refer to ITT documents.
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: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/2V4R37774Q
II.2) Description Lot No. 2

II.2.1) Title: Routine / Low value Networking Projects.
Lot No: 2
II.2.2) Additional CPV codes:
32400000 - Networks.
72700000 - Computer network services.
32420000 - Network equipment.
30237110 - Network interfaces.
30237135 - Network interfaces cards.
32410000 - Local area network.
32412110 - Internet network.
32412120 - Intranet network.
32413100 - Network routers.
32415000 - Ethernet network.
32421000 - Network cabling.
32422000 - Network components.
32423000 - Network hubs.
32424000 - Network infrastructure.
32427000 - Network system.
32428000 - Network upgrade.
32430000 - Wide area network.
48219000 - Miscellaneous networking software package.
50312300 - Maintenance and repair of data network equipment.
50312320 - Repair of data network equipment.
72710000 - Local area network services.
72720000 - Wide area network services.
72000000 - IT services: consulting, software development, Internet and support.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Routine / Low value Networking Projects, covering any aspects of Networking equipment and services in any combination, including equipment provision, design, storage, implementation, maintenance, training, through to final disposal. No Managed Service option . No lease option. Projects up-to £150,000. This list is not exhaustive.
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 10
/ Maximum number: 14
Objective criteria for choosing the limited number of candidates: Objective criteria is Included within the tender documentation. It is envisaged that a maximum of nine suppliers will be awarded to each lot (Lots 1-3). A maximum of fourteen suppliers will be invited to tender for each lot at ITT (Lots 1-3). Refer to ITT documents.
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: Core Networking Projects.
Lot No: 3
II.2.2) Additional CPV codes:
32400000 - Networks.
72700000 - Computer network services.
32420000 - Network equipment.
30237110 - Network interfaces.
30237135 - Network interfaces cards.
32410000 - Local area network.
32412110 - Internet network.
32412120 - Intranet network.
32413100 - Network routers.
32415000 - Ethernet network.
32421000 - Network cabling.
32422000 - Network components.
32423000 - Network hubs.
32424000 - Network infrastructure.
32427000 - Network system.
32428000 - Network upgrade.
32430000 - Wide area network.
48219000 - Miscellaneous networking software package.
50312300 - Maintenance and repair of data network equipment.
50312320 - Repair of data network equipment.
72710000 - Local area network services.
72720000 - Wide area network services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Covering any or all aspects of Networking in any combination, including equipment, design, storage, implementation, maintenance, training, Managed Service option (network maintenance, monitoring of attached network devices, monthly status reporting, implementation of upgrades/patches and user administration of both current and newly procured Infrastructure), through to final disposal. Projects over £150,000. Lease option on equipment. This list is not exhaustive.
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: 24,000,000
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 10
/ Maximum number: 14
Objective criteria for choosing the limited number of candidates: Objective criteria is Included within the tender documentation. It is envisaged that a maximum of nine suppliers will be awarded to each lot (Lots 1-3). A maximum of fourteen suppliers will be invited to tender for each lot at ITT (Lots 1-3). Refer to ITT documents.
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: Lot 4 Consultancy Only
Lot No: 4
II.2.2) Additional CPV codes:
32400000 - Networks.
32427000 - Network system.
72220000 - Systems and technical consultancy services.
72246000 - Systems consultancy services.
72600000 - Computer support and consultancy services.
32410000 - Local area network.
32412110 - Internet network.
32412120 - Intranet network.
32415000 - Ethernet network.
32424000 - Network infrastructure.
32430000 - Wide area network.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: All aspects of networking consultancy from an independent perspective. This lot is not open to suppliers on lots 1-3 to avoid any conflicts of interest.
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: 1,000,000
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Objective criteria is Included within the tender documentation. It is envisaged that a maximum of three suppliers will be awarded to Lot4. A maximum of five suppliers will be invited to tender for Lot4 at ITT. Refer to ITT documents.
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.


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 RESTRICTED
IV.1.1) Type of procedure: Restricted

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:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - NO
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: 2021/S 000 - 028497
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/07/2022 Time: 16:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/08/2022
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



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 No
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:-Networks./2V4R37774Q

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/2V4R37774Q
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC LTD
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871762, Email: admin@neupc.ac.uk
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: 07/06/2022

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)
Unit 27, Stirling Business Centre, Wellgreen, Stirling, FK8 2DZ, United Kingdom
Tel. +44 1314428950, Email: enquiries@apuc-scot.ac.uk
Contact: Lorona Watts
Main Address: https://www.apuc-scot.ac.uk/, Address of the buyer profile: https://www.apuc-scot.ac.uk/#!/tender
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: hepcw@wales.ac.uk
Contact: Howard Allaway
Main Address: http://www.hepcw.ac.uk/, Address of the buyer profile: http://www.hepcw.ac.uk/for-suppliers/
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
Contact: Mike Kilner
Main Address: http://www.lupc.ac.uk/, Address of the buyer profile: https://www.lupc.ac.uk/suppliers/become-a-supplier/
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)
Room 404, 4th Floor, Crescent House, University of Salford, Salford, M5 4WT, United Kingdom
Tel. +44 1612348006, Email: Paula.Lister@nwupc.ac.uk
Contact: Paula Lister
Main Address: https://www.nwupc.ac.uk/, Address of the buyer profile: https://www.nwupc.ac.uk/how-to-become-a-supplier-to-nwupc
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)
The University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
Tel. +44 1183784304, Email: supc@reading.ac.uk
Main Address: https://www.supc.ac.uk/, Address of the buyer profile: https://www.supc.ac.uk/become-a-supplier/
NUTS Code: UK