Skip to main content.

NEUPC Ltd: Telecoms and Data Cabling Framework Agreement for North Eastern Universities

  NEUPC Ltd has published this notice through Delta eSourcing

Notice Summary
Title: Telecoms and Data Cabling Framework Agreement for North Eastern Universities
Notice type: Contract Award Notice
Authority: NEUPC Ltd
Nature of contract: Supplies
Procedure: Open
Short Description: This Agreement has been awarded by North Eastern Universities Purchasing Consortium (‘NEUPC’) for the establishment of a framework agreement for telecoms and data cabling works, comprising of small building installations, refurbishments, repairs, maintenance and improvements on University premises, for the North Eastern Universities of Durham, Newcastle, Northumbria, Sunderland and Teesside. The works will involve all aspects of telephone and data installations/modifications (excluding BMS) typical of University buildings, such as but not limited to laboratories, small and complex lecture theatres, libraries, cafe and commercial kitchens, offices (individual and open plan), public areas, meeting rooms, conference rooms,accommodation, plant areas, etc. The works will vary in size, from the replacement of a single socket to the installation of up to 30 cables with the appropriate containment and connections.
Published: 07/07/2020 14:03

View Full Notice

UK-Leeds: Communications infrastructure.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       NEUPC Ltd
       http://www.neupc.ac.uk, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 7775339236, Email: admin@neupc.ac.uk
       Contact: Michael McGill
       Main Address: http://www.neupc.ac.uk, Address of the buyer profile: http://www.neupc.ac.uk
       NUTS Code: UKE42

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      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: Telecoms and Data Cabling Framework Agreement for North Eastern Universities            
      Reference number: EFM2034NE

      II.1.2) Main CPV code:
         32571000 - Communications infrastructure.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: This Agreement has been awarded by North Eastern Universities Purchasing Consortium (‘NEUPC’) for the establishment of a framework agreement for telecoms and data cabling works, comprising of small building installations, refurbishments, repairs, maintenance and improvements on University premises, for the North Eastern Universities of Durham, Newcastle, Northumbria, Sunderland and Teesside.
The works will involve all aspects of telephone and data installations/modifications (excluding BMS) typical of University buildings, such as but not limited to laboratories, small and complex lecture theatres, libraries, cafe and commercial kitchens, offices (individual and open plan), public areas, meeting rooms, conference rooms,accommodation, plant areas, etc. The works will vary in size, from the replacement of a single socket to the installation of up to 30 cables with the appropriate containment and connections.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 14,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Excel   
      Lot No:1

      II.2.2) Additional CPV code(s):
            32520000 - Telecommunications cable and equipment.


      II.2.3) Place of performance
      Nuts code:
      UKC2 - Northumberland and Tyne and Wear
      UKC1 - Tees Valley and Durham
   
      Main site or place of performance:
      Northumberland and Tyne and Wear
      Tees Valley and Durham
             

      II.2.4) Description of the procurement: Full details of the requirement were provided in the published ITT. All contractors appointed to this lot have accreditation for the above manufacturer. A maximum of four contractors are appointed to each lot. The agreement is for an initial 2-year period, with the option to extend for up to an additional two, 12 month periods.

      II.2.5) Award criteria:
      Quality criterion - Name: Proposed Framework Manager and methodology for managing the framework. / Weighting: 6
      Quality criterion - Name: Your proposed regional office’s experience of operating under similar framework agreements and delivering HE-sector schemes. / Weighting: 6
      Quality criterion - Name: Methodology for delivering the works. / Weighting: 18
      Quality criterion - Name: Details of the team you intend to use on this contract. / Weighting: 15
      Quality criterion - Name: Health & Safety - Risk Assessments / Method Statements / RIDDOR / Weighting: 6
      Quality criterion - Name: Equality & Diversity / Weighting: 3
      Quality criterion - Name: Modern Slavery / Weighting: 3
      Quality criterion - Name: Environmental / Weighting: 3
                  
      Cost criterion - Name: Tender Sum / Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         Reference to project(s) and/or programme(s): This framework may be used by the institutions to make appointments for schemes that are fully or part-funded by European Union funds or Programme.

      II.2.14) Additional information: Future call-off contracts under this framework may be part funded from external streams, including European Union funding, ERDF/ESF and 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) Description (lot no. 2)
   

      II.2.1) Title:Connectix   
      Lot No:2

      II.2.2) Additional CPV code(s):
            32520000 - Telecommunications cable and equipment.


      II.2.3) Place of performance
      Nuts code:
      UKC2 - Northumberland and Tyne and Wear
      UKC1 - Tees Valley and Durham
   
      Main site or place of performance:
      Northumberland and Tyne and Wear
      Tees Valley and Durham
             

      II.2.4) Description of the procurement: Full details of the requirement were provided in the published ITT. All contractors appointed to this lot have accreditation for the above manufacturer. A maximum of four contractors are appointed to each lot. The agreement is for an initial 2-year period, with the option to extend for up to an additional two, 12 month periods.

      II.2.5) Award criteria:
      Quality criterion - Name: Proposed Framework Manager and methodology for managing the framework. / Weighting: 6
      Quality criterion - Name: Your proposed regional office’s experience of operating under similar framework agreements and delivering HE-sector schemes. / Weighting: 6
      Quality criterion - Name: Methodology for delivering the works. / Weighting: 18
      Quality criterion - Name: Details of the team you intend to use on this contract. / Weighting: 15
      Quality criterion - Name: Health & Safety - Risk Assessments / Method Statements / RIDDOR / Weighting: 6
      Quality criterion - Name: Equality & Diversity / Weighting: 3
      Quality criterion - Name: Modern Slavery / Weighting: 3
      Quality criterion - Name: Environmental / Weighting: 3
                  
      Cost criterion - Name: Tender Sum / Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         Reference to project(s) and/or programme(s): This framework may be used by the institutions to make appointments for schemes that are fully or part funded by European Union funds or Programme.

      II.2.14) Additional information: Future call-off contracts under this framework may be part funded from external streams, including European Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.


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: No       
      

   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: 2020/S 67-160584
      
   

   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: 1    
   Lot Number: 1    
   Title: Excel

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 29/06/2020

      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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             Aceda Limited, 04568494
             Ellerbeck House, 20 Ellerbeck Way, Stokesley Business Park, Middlesbrough, TS9 5JZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Boston Networks Limited, SC201642
             Titanium 1, King's Inch Place, Braehead, PA4 8WF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Playfords Limited, 00203301
             Suite 1A, Kingfisher House, St John's Road, Meadowfield, Durham, DH7 8TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             UCS Renewables Ltd., 07352484
             3a Brighouse Business Village, Riverside Park, Middlesbrough, TS2 1RT, 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: 7,000,000          
         Total value of the contract/lot: 7,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 2    
   Title: Connectix

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 29/06/2020

      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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             Aceda Limited, 04568494
             Ellerbeck House, 20 Ellerbeck Way, Stokesley Business Park, Middlesbrough, TS9 5JZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Boston Networks Limited, SC201642
             Titanium 1, King's Inch Place, Braehead, PA4 8WF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Playfords Limited, 00203301
             Suite 1A, Kingfisher House, St John's Road, Meadowfield, Durham, DH7 8TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             UCS Renewables Ltd., 07352484
             3a Brighouse Business Village, Riverside Park, Middlesbrough, TS2 1RT, 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: 7,000,000          
         Total value of the contract/lot: 7,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The bodies that may utilise this agreement include: Newcastle University, Durham University, The University of Sunderland, Teesside University, Northumbria University.
This framework may be used by institutions for purchases fully or part-funded by EU funds or Programs including but not limited to European Regional Development Fund (ERDF), European Structural and Investment Fund (ESIF) and Research Councils UK (RCUK).
Call-offs may be made by direct award or mini competition. Full details provided in the published tender documents. Institutions opting out of the public contracts regulations and/or their partners that access this agreement are not bound by the call-off procedures which apply to contracting authorities.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=494252288

   VI.4) Procedures for review

      VI.4.1) Review body
          NEUPC Ltd
          http://www.neupc.ac.uk, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Email: admin@neupc.ac.uk
          Internet address: http://www.neupc.ac.uk

      VI.4.2) Body responsible for mediation procedures
          NEUPC Ltd
          http://www.neupc.ac.uk, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Email: admin@neupc.ac.uk
          Internet address: http://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
          NEUPC Ltd
          http://www.neupc.ac.uk, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Email: admin@neupc.ac.uk
          Internet address: http://www.neupc.ac.uk

   VI.5) Date of dispatch of this notice: 07/07/2020




View any Notice Addenda

View Award Notice