Skip to main content.

NEUPC Ltd: HENSS2

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: HENSS2
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Supplies
Procedure: Restricted
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).
Published: 07/06/2022 14:38
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

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

View any Notice Addenda

View Award Notice

UK-Leeds: Networks.

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 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.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: HENSS2            
      Reference number: ITS2008NE

      II.1.2) Main CPV code:
         32400000 - Networks.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: (This Opportunity is closed and is now awarded). 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.1.6) Information about lots
         This contract is divided into lots: Yes
                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 55,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Networking Equipment Supply Only   
      Lot No:1

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

      II.2.4) Description of the 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:
      Quality criterion - Name: TECHNICAL QUESTIONS / Weighting: 20
      Quality criterion - Name: MARKETING / Weighting: 5
      Quality criterion - Name: SUPPLY & DELIVERY / Weighting: 30
      Quality criterion - Name: WARRANTY / Weighting: 10
      Quality criterion - Name: SUSTAINABILITY / Weighting: 10
      Quality criterion - Name: CSR QUESTIONS / Weighting: 5
      Quality criterion - Name: LOT SPECIFIC - LOT 1 / Weighting: 20
                  
      Cost criterion - Name: Price - Basket of goods (Price Appendix L1a) / Weighting: 100
      Cost criterion - Name: MEAT Total weight - Quality 40% Price 60% / 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: (This opportunity is now awarded) 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 code(s):
            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
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the 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:
      Quality criterion - Name: TECHNICAL / Weighting: 20
      Quality criterion - Name: MARKETING / Weighting: 5
      Quality criterion - Name: SUPPLY & DELIVERY / Weighting: 30
      Quality criterion - Name: WARRANTY / Weighting: 10
      Quality criterion - Name: SUSTAINABILITY / Weighting: 10
      Quality criterion - Name: CSR / Weighting: 5
      Quality criterion - Name: LOT SPECIFIC - LOT 2 / Weighting: 20
                  
      Cost criterion - Name: Networking equipment - price list Lot 2 (Price Appendix L2a) / Weighting: 50
      Cost criterion - Name: Lot 2 rate card (Price appendix L2b) / Weighting: 50
      Cost criterion - Name: MEAT Total weight - Quality 40% Price 60% / 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: (This opportunity is now closed) 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 code(s):
            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
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the 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:
      Quality criterion - Name: TECHNICAL / Weighting: 14
      Quality criterion - Name: MARKETING / Weighting: 4
      Quality criterion - Name: SUPPLY & DELIVERY / Weighting: 20
      Quality criterion - Name: WARRANTY / Weighting: 7
      Quality criterion - Name: SUSTAINABILITY / Weighting: 7
      Quality criterion - Name: CSR / Weighting: 4
      Quality criterion - Name: LOT SPECIFIC - LOT 3 including scenario / Weighting: 44
                  
      Cost criterion - Name: Lot 3 scenario price (price appendix L3a) / Weighting: 50
      Cost criterion - Name: Lot 3 rate card (price appendix L3b) / Weighting: 50
      Cost criterion - Name: MEAT Total weight - Quality 60% Price 40% / 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: (This opportunity is now closed) 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 code(s):
            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
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the 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:
      Quality criterion - Name: Quality Criteria Lot 4 / Weighting: 60
                  
      Cost criterion - Name: Consultancy rate card Lot 4 (price appendix L4) / Weighting: 40
            

      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: (This opportunity is now closed) 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 IV: Procedure

IV.1) Description

   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: Yes       
      A dynamic purchasing system was set up: 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: 2022/S 000-015665
      
   

   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: ITS2008NE    
   Lot Number: 1    
   Title: Equipment Only

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 3 (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: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             CDW Limited, 02465350
             One New Change, London, EC4M 9AF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             XMA Limited, 02051703
             Unit 44, Wilford Industrial Estate, Ruddington Lane, Wilford, Nottingham, NG11 7EP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Insight Direct (UK) Ltd, 02579852
             The Technology Building, Insight Campus, Terry Street, Sheffield, S9 2BU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Softcat PLC, 02174990
             Solar House, Fieldhouse Lane, Marlow, SL7 1LW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             European Electronique Ltd, 01704440
             Forward House, Oakfields Industrial Estate, Eynsham, OX29 4TT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Circle IT Solutions Ltd, 03757454
             The Wharf, Abbey Mill Business Park, Lower Eashing, Godalming, GU7 2QN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Logicalis UK Limited, 03732397
             Building 8, Ground Floor, Foundation Park, Roxborough Way, Maidenhead, SL6 3UD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Specialist Computer Centres (SCC) Plc, 01428210
             James House, Warwick Road, Tyseley, Birmingham, B11 2LE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             ITGL Limited, 07902312
             Trafalgar House, 223 Southampton Road, Portsmouth, PO6 4PY, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         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 may be subcontracted          

Award Of Contract (No.2)

   Contract No: ITS2008NE Lot 2    
   Lot Number: 2    
   Title: Higher Education Networking Supply & Services 2

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: 4 (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: 12

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             European Electronique Ltd, 01704440
             Forward House, Oakfields Industrial Estate, Eynsham, OX29 4TT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Stone Technologies Limited, 02658501
             Granite One Hundred, Acton Gate, Stafford, ST18 9AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Softcat Plc, 02174990
             Solar House, Fieldhouse Lane, Marlow, SL7 1LW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Circle IT Solutions Ltd, 03757454
             The Wharf, Abbey Mill Business Park, Lower Eashing, Godalming, GU7 2QN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Insight Direct (UK) Ltd, 02579852
             The Technology Building, Insight Campus, Terry Street, Sheffield, S9 2BU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             XMA Limited, 02051703
             Unit 44, Wilford Industrial Estate, Ruddington Lane, Wilford, Nottingham, NG11 7EP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             CDW Limited, 02465350
             One New Change, London, EC4M 9AF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Specialist Computer Centres (SCC) Plc, 01428210
             James House, Warwick Road, Tyseley, Birmingham, B11 2LE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             ITGL Limited, 07902312
             ITGL Limited, Trafalgar House, 223 Southampton Road, Portsmouth, PO6 4PY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 10,000,000          
         Total value of the contract/lot: 10,000,000
         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 may be subcontracted          

Award Of Contract (No.3)

   Contract No: ITS2008NE Lot 3    
   Lot Number: 3    
   Title: Core Projects

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 4 (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: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             CDW Limited, 02465350
             One New Change, London, EC4M 9AF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Softcat PLC, 02174990
             Solar House, Fieldhouse Lane, Marlow, SL7 1LW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             ITGL Limited, 07902312
             Trafalgar House, 223 Southampton Road, Portsmouth, PO6 4PY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Stone Technologies Limited, 02658501
             Granite One Hundred, Acton Gate, Stafford, ST18 9AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Specialist Computer Centres (SCC) Plc, 01428210
             James House, Warwick Road, Tyseley, Birmingham, B11 2LE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Insight Direct (UK) Ltd, 02579852
             The Technology Building, Insight Campus, Terry Street, Sheffield, S9 2BU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             European Electronique Ltd, 01704440
             Forward House, Oakfields Industrial Estate, Eynsham, OX29 4TT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Circle IT Solutions Ltd, 03757454
             The Wharf, Abbey Mill Business Park, Abbey Mill Business Park, Godalming, GU7 2QN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             XMA Limited, 02051703
             Unit 44, Wilford Industrial Estate, Ruddington Lane, Wilford, Nottingham, NG11 7EP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 24,000,000          
         Total value of the contract/lot: 24,000,000
         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 may be subcontracted          

Award Of Contract (No.4)

   Contract No: ITS2008NE LOT4    
   Lot Number: 4    
   Title: Consultancy Only

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 4 (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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             UK DEFENCE NETWORKS LTD, 12045302
             Cheyenne House, West Street, Farnham, GU9 7EQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             PTS Consulting Partners LLP, OC350348
             5 Jewry Street, Dawson House, London, EC3N 2EX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             4C Strategies Ltd, 03599593
             Bowden House, 36 Northampton Road, Market Harborough, lE16 9HE, 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: 1,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

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

   VI.3) Additional information: (This opportunity is now closed), 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=792362690

   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.4.3) 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: 01/08/2023

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)
       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
   
   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
   
   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
   
   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
   
   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