Skip to main content.

NEUPC Ltd: HE Framework for Supply, Installation and management of Data Centre Management equipment and Infrastructure (2019)

  NEUPC Ltd has published this notice through Delta eSourcing

Notice Summary
Title: HE Framework for Supply, Installation and management of Data Centre Management equipment and Infrastructure (2019)
Notice type: Contract Award Notice
Authority: NEUPC Ltd
Nature of contract: Supplies
Procedure: Open
Short Description: NEUPC has awarded 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.
Published: 06/03/2020 11:05

View Full Notice

UK-Leeds: Uninterruptible power supplies.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       NEUPC Ltd
       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: 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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   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: ITS2005NE

      II.1.2) Main CPV code:
         31154000 - Uninterruptible power supplies.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: NEUPC has awarded 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.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 30,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            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.
            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
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the 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:
      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.2.11) Information about options
         Options: Yes
         Description of these 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
         Reference to project(s) and/or programme(s): 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. (Note this framework is now awarded).


Section IV: Procedure

IV.1) Description

   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: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 200-485459
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: ITS2005 NE    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 08/01/2020

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 8 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Upnorth Engineering Services Ltd, 04366405
             Merlin House, Princes Park, Gateshead, NE11 0NF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             2BM Ltd, 04555159
             33 Eldon Business Park, Eldon Road, Chilwell, Nottingham, NG9 6DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Fel Group Limited, 03342049
             Normanby Gateway, Lysaghts Way, Scunthorpe, DN15 9YG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Workspace Technology Limited, 5302612
             Unit 10, Reddicap Trading Estate, Sutton Coldfield, B75 7BU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Keysource Ltd, 3663128
             Cavendish House, Cross Street, Sale, M33 7BU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Advanced Power Technology Ltd, 02486740
             150 Main Street, Addingham, LS29 0LY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Sudlows Limited, 02253701
             Ducie Works, 107 Hulme Hall Lane, Manchester, M40 8HH, United Kingdom
             NUTS Code: 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: 30,000,000          
         Total value of the contract/lot: 30,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  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          
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=462047869

   VI.4) Procedures for review

      VI.4.1) Review body
          NEUPC LTD
          Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Internet address: https://www.neupc.ac.uk/

      VI.4.2) Body responsible for mediation procedures
          NEUPC LTD
          Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Internet address: https://www.neupc.ac.uk/

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 06/03/2020

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       APUC (Advanced Procurement for Universities & Colleges)
       APUC Limited, Unit 27, Stirling Business Centre, Wellgreen, Stirling, FK8 2DZ, United Kingdom
       Email: enquiries@apuc-scot.ac.uk
       Main Address: http://www.apuc-scot.ac.uk/
       NUTS Code: UK
   
   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
   
   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
   
   4: Contracting Authority
       NWUPC (North West Universities Purchasing Consortium)
       Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
       Email: sarah.dye@manchester.ac.uk
       Main Address: https://www.nwupc.ac.uk/
       NUTS Code: UK
   
   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
   
   6: Contracting Authority
       Crescent Purchasing Ltd (CPC Ltd)
       Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
       Email: helpdesk@thecpc.ac.uk
       Main Address: https://www.thecpc.ac.uk/
       NUTS Code: UK



View any Notice Addenda

View Award Notice