web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Leeds: Telecoms and Data Cabling Framework Agreement for North Eastern Universities

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 067-160584/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: NEUPC Ltd
Postal address: Phoenix House, 3 South Parade
Town: Leeds
Postal code: LS1 5QX
Country: United Kingdom
Contact Person: Michael McGill
Telephone: +44 7775339236
Email: admin@neupc.ac.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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: Telecoms and Data Cabling Framework Agreement for North Eastern Universities

Reference number: EFM2034NE
II.1.2) Main CPV code: 32571000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: This invitation to tender is issued 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.1.5) Estimated total value:
Value excluding VAT: 14000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:This framework agreement has two lots, based on the required cable manufacturer:
Lot 1: Excel
Lot 2: Connectix.
It is intended that the framework agreement will be awarded to four bidders per lot. Bidders may bid for one or both lots.

II.2) Description
II.2.1) Title: Excel

Lot No:1
II.2.2) Additional CPV code(s)
32520000

II.2.3) Place of performance
Nuts code: UKC2, UKC1
Main site or place of performance:Northumberland and Tyne and Wear, Tees Valley and Durham.
II.2.4) Description of the procurement:
Please refer to the invitation to tender documentation for full details. All contractors appointed to this lot must have accreditation for the above manufacturer. A maximum of four contractors will be 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

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
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
Identification of the project: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. Full details of lot 1 and the tender requirements can be found in the published tender documentation.

II.2.1) Title: Connectix

Lot No:2
II.2.2) Additional CPV code(s)
32520000

II.2.3) Place of performance
Nuts code: UKC2, UKC1
Main site or place of performance:Northumberland and Tyne and Wear, Tees Valley and Durham.
II.2.4) Description of the procurement:
Please refer to the invitation to tender documentation for full details. All contractors appointed to this lot must have accreditation for the above manufacturer. A maximum of four contractors will be 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

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
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
Identification of the project:This framework may be used by the institutions to make appointments for schemes that are fully or part-fundedby 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. Full details of lot 1 and the tender requirements can be found in the published tender documentation.

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:NEUPC reserves the right to request a parent company guarantee of performance and financial liability.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: As stated in the procurement documents.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2020-05-04 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2020-05-04 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
Participating consortia and members. The bodies that may utilise this agreement include: Newcastle University, Durham University, The University of Sunderland, Teesside University, Northumbria University.
EU funding: this framework may be used by institutions for purchases fully or part-funded by EU funds or programs
Including but not limited to:
1) European Regional Development Fund (ERDF); or
2) European Structural and Investment Fund (ESIF); or
3) Research Councils UK (RCUK), the strategic partnership of the UK’s 7 Research Councils.
Call-off methods: call-offs may be made by direct award or mini competition. Full details of the call-off methods can be found 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
Go reference: GO-202041-PRO-16287556
VI.4) Procedures for review
VI.4.1) Review body
Official name: NEUPC Ltd
Postal address: Phoenix House, 3 South Parade
Town: Leeds
Postal code: LS1 5QX
Country: United Kingdom
Telephone: +44 1134871750
E-mail: admin@neupc.ac.uk
Internet address:

VI.4.2) Body responsible for mediation procedures
Official name: NEUPC Ltd
Postal address: Phoenix House, 3 South Parade
Town: Leeds
Postal code: LS1 5QX
Country: United Kingdom
Telephone: +44 1134871750
E-mail: admin@neupc.ac.uk
Internet address:
VI.4.4) Service from which information about the review procedure may be obtained
Official name: NEUPC Ltd
Postal address: Phoenix House, 3 South Parade
Town: Leeds
Postal code: LS1 5QX
Country: United Kingdom
Telephone: +44 1134871750
E-mail: admin@neupc.ac.uk
Internet address:
VI.5) Date of dispatch of this notice:2020-04-01