
Market Leads & Opportunities
United Kingdom-Manchester: Radio, television, communication, telecommunication and related equipment
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 177-362076/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Crescent Purchasing Consortium
Postal address: Technology House, Lissadel Street, Salford
Town: Manchester
Postal code: M6 6AP
Country: United Kingdom
Contact Person: Steve Davies
Telephone: +44 7966040564
Email: steve.davies@npg-ltd.com
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:
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:
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: Framework for the provision of Telecommunications and Associated Services.
Reference number: CPC/DU/TELE/16
II.1.2) Main CPV code: 32000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Contracting Authority wishes to establish a Framework Agreement for the provision of Telecommunications and Associated Services. The Framework Agreement is being established to meet the needs of Crescent Purchasing Consortium Members, , and is also for use by all other public sector contracting authorities throughout the UK (and any future successors to these organisations). These include (but are not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords.
Full details of the classification of end user establishments and geographical areas is available at
The framework will be let across 11 lots. Each Lot will have a maximum of 8 suppliers.
II.1.5) Estimated total value:
Value excluding VAT: 440000000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Integrated and Unified Communications Solutions
Lot No:1
II.2.2) Additional CPV code(s)
32500000, 32510000, 32550000, 32300000, 64210000, 64227000, 32580000, 64216000, 50332000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement:
This Lot is for the provision of Integrated and Unified Communications Solutions. Unified communications intelligently combines voice, video, instant messaging, mobile voice and data, and other multimedia services in a bespoke way depending on the end users’ needs. This Lot covers all encompassing solutions offering for example Desktop Agent/Supervisor, Contact Centre, Video Conferencing, and Email and Text management functionality. Software and hardware offered is expected to include as a minimum the following key deliverables:
— Servers,
— Telephony,
— Unified Messaging,
— IP Phones and Softphones,
— Licences,
— Implementation,
— Operations Support.
There will be a maximum of 8 suppliers awarded a place on this Lot.
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: 40000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The framework will be subject to an optional 12-month extension to be taken at the sole discretion of the Contracting Authority. The extension, if taken, will run concurrently after the expiry of the 36 month minimum term. The full duration of the framework is therefore a maximum of 4 years, or 48 months.
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:no
II.2.1) Title: IP Telephony, Voice Over IP Services, Call Tarif Packages and Billing as relevant to the SIP Environment
Lot No:2
II.2.2) Additional CPV code(s)
32500000, 32520000, 32550000, 32510000, 64210000, 32400000, 32410000, 32540000, 32544000, 32545000, 32546100, 50332000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement:
This Lot is for the provision of IP Telephony, Voice Over IP Services and Call Tariff Packages. This Lot encompasses the provision and support of IP ‘replacement’ solutions without full integration / Unified Communications. These may be:
— Voice over IP (VoIP) gateways for connection of external calls using PABX systems.
— LAN-based IP telephones.
— Integrated desktop/ laptop IP telephony applications.
— Session Initiated Protocol (SIP) based services for voice calls over internet / intranet / extranet services.
— It also incorporates Third Party Billing Analysis and Management etc. as relevant to the SIP environment.
There will be a maximum of 8 suppliers awarded a place on this Lot.
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: 40000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The framework will be subject to an optional 12-month extension to be taken at the sole discretion of the Contracting Authority. The extension, if taken, will run concurrently after the expiry of the 36 month minimum term. The full duration of the framework is therefore a maximum of 4 years, or 48 months.
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:no
II.2.1) Title: Wide Area Network, Virtual Private Network and Broadband Services
Lot No:3
II.2.2) Additional CPV code(s)
32500000, 32520000, 32550000, 32510000, 64210000, 32420000, 32430000, 32440000, 50332000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement:
This Lot provides access to the full range of Wide Area Network (WAN), Virtual Private Network (VPN) and Broadband Services. This Lot provides access to the full range of WAN and data services. There will be an emphasis on IP converged networks, and the Lot will include complete managed networks (e.g. WANs or VPNs). The Lot will look for Suppliers with experience of working with JISC and their JANET network, but this will not be a mandatory requirement or preclude suitable suppliers who do not have this experience.
There will be a maximum of 8 suppliers awarded a place on this Lot.
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: 40000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The framework will be subject to an optional 12-month extension to be taken at the sole discretion of the Contracting Authority. The extension, if taken, will run concurrently after the expiry of the 36 month minimum term. The full duration of the framework is therefore a maximum of 4 years, or 48 months.
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:no
II.2.1) Title: Local Area Networks and Associated Services
Lot No:4
II.2.2) Additional CPV code(s)
32500000, 32520000, 32550000, 32510000, 64210000, 32410000, 32420000, 64200000, 64220000, 72710000, 50332000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement:
This Lot encompasses the provision and support of digital connections, network equipment and servers, along with associated support services within premises, and will include Managed LAN services and WiFi where incorporated as part of a Managed LAN environment. For the avoidance of doubt, in the academic and educational sectors, internal LANs within premises can also be extended between premises, where:
— The connection between premises remains within the curtilage of the institution’s campus and does not traverse a public highway (unless by means of a communication system described below), or
— The connection is conveyed between premises owned or occupied by the institution by means of a radio or optical link, or a cable carried within a duct owned by the institution.
There will be a maximum of 8 suppliers awarded a place on this Lot.
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: 40000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The framework will be subject to an optional 12-month extension to be taken at the sole discretion of the Contracting Authority. The extension, if taken, will run concurrently after the expiry of the 36 month minimum term. The full duration of the framework is therefore a maximum of 4 years, or 48 months.
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:no
II.2.1) Title: PABX Systems, PSTN Lines, Call Tariff Packages and Billing Solutions
Lot No:5
II.2.2) Additional CPV code(s)
32500000, 32520000, 32550000, 32510000, 64210000, 32420000, 64200000, 64220000, 32540000, 32544000, 32545000, 32546000, 32546100, 32541000, 32543000, 50332000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement:
This Lot encompasses the provision and support of switching systems for internal and external telephony, along with associated connections to switched telephony services, such as PABX Systems, PSTN Lines, Call Tariff Packages and Billing Solutions. These may be:
— Fully integrated PABX or other telephony switching systems,
— Discrete but networked PABX or other telephony switching systems,
— Switched telephony (PSTN) lines or their digital equivalents,
— Dedicated lines, digital or otherwise (e.g. ISDNX) between telephony switching systems,
— Associated or bundled Call Tariff Packages,
— Any form of Billing Solutions, including (but not limited to) direct system call logging devices, remote batch or real time call logging and reporting systems, etc.
There will be a maximum of 8 suppliers awarded a place on this Lot.
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: 40000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The framework will be subject to an optional 12-month extension to be taken at the sole discretion of the Contracting Authority. The extension, if taken, will run concurrently after the expiry of the 36 month minimum term. The full duration of the framework is therefore a maximum of 4 years, or 48 months.
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:no
II.2.1) Title: Mobiles including Devices, Airtime and Services
Lot No:6
II.2.2) Additional CPV code(s)
32500000, 32520000, 32550000, 32510000, 64210000, 32420000, 64200000, 64220000, 32540000, 32544000, 32545000, 32546000, 32546100, 32541000, 32543000, 32250000, 32252100, 32252110, 64212000, 64212700, 50332000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement:
This Lot is for the provision of all aspects of services by Mobile Network Operators (MNOs) and their Resellers — i.e. handsets, other devices, airtime, and value added services. It is anticipated Tenderers may be MNOs and/or their channel partners (e.g. value added sellers, service providers etc.).
There will be a maximum of 8 suppliers awarded a place on this Lot.
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: 40000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The framework will be subject to an optional 12-month extension to be taken at the sole discretion of the Contracting Authority. The extension, if taken, will run concurrently after the expiry of the 36 month minimum term. The full duration of the framework is therefore a maximum of 4 years, or 48 months.
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:no
II.2.1) Title: WIFI and 5G Solutions
Lot No:7
II.2.2) Additional CPV code(s)
32500000, 32520000, 32550000, 32510000, 64210000, 32420000, 64200000, 64220000, 32250000, 32252100, 32251100, 64212000, 64212700, 50332000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement:
This Lot is for the provision of WI-FI and 5G Solutions. This Lot provides access to all external and public Wi-FI and (in the future) 5G implementations. This includes campuses, business park etc. deployments. This Lot encompasses all aspects of the service delivery, including but not limited to:
— The provision and maintenance of base station and transceiver sites and equipment.
— Connection of all base sites and equipment via transit connections.
— The provision of all device acquisition, authentication and connection services, whether free or paid.
— The provision of ‘pan-site’ authentication and registration systems if required, such as ‘EduRoam’ or WiFi4EU.
— The provision of all necessary IPS and IDS services.
— Provision of all user and host billing services where appropriate.
There will be a maximum of 8 suppliers awarded a place on this Lot.
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: 40000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The framework will be subject to an optional 12-month extension to be taken at the sole discretion of the Contracting Authority. The extension, if taken, will run concurrently after the expiry of the 36 month minimum term. The full duration of the framework is therefore a maximum of 4 years, or 48 months.
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:no
II.2.1) Title: Managed Services
Lot No:8
II.2.2) Additional CPV code(s)
64210000, 64200000, 64220000, 50332000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement:
This Lot is for the provision of Managed Services. This Lot provides access to the provision of any Product or Service offered under Lots 1 to 7 of this Framework, through a Managed Services contract, rather than the provision of a solution comprised of products which is subsequently owned by the participating Public Sector Body and supported under a service agreement by the provider.
As such, the provider commits to delivering the Business Requirements and Outcomes of the Participating Public Sector Body as described in its Business Requirements Statement and takes responsibility for all aspects of the solution proposed to do so. These aspects include but are not limited to:
— Solutions Design and Support,
— Installation and Provisioning Services,
— Operation and Maintenance Services, including Change Control and Management,
— Configuration and Estate Management.
There will be a maximum of 8 suppliers awarded a place on this Lot.
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: 40000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The framework will be subject to an optional 12-month extension to be taken at the sole discretion of the Contracting Authority. The extension, if taken, will run concurrently after the expiry of the 36 month minimum term. The full duration of the framework is therefore a maximum of 4 years, or 48 months.
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:no
II.2.1) Title: Infrastructure As A Service
Lot No:9
II.2.2) Additional CPV code(s)
64210000, 64200000, 64220000, 32500000, 32400000, 32520000, 32510000, 32540000, 32550000, 32580000, 50332000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement:
This Lot is for the provision of Infrastructure As A Service. This Lot provides access to the provision of any Product or Service offered under Lots 1 to 7 of this Framework, through software solutions provided in ‘the Cloud’, rather than the provision of a solution comprised of products which is subsequently owned by the participating Public Sector Body and supported under a service agreement by the provider.
As such, the provider commits to delivering the Business Requirements and Outcomes of the Participating Public Sector Body as described in its Business Requirements Statement and takes responsibility for all aspects of the solution proposed to do so. These aspects include but are not limited to:
— Solutions Design and Support,
— Installation and Provisioning Services,
— Operation and Maintenance Services, including Change Control and Management,
— Configuration and Capacity Management.
There will be a maximum of 8 suppliers awarded a place on this Lot.
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: 40000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The framework will be subject to an optional 12-month extension to be taken at the sole discretion of the Contracting Authority. The extension, if taken, will run concurrently after the expiry of the 36 month minimum term. The full duration of the framework is therefore a maximum of 4 years, or 48 months.
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:no
II.2.1) Title: Campus and Metropolitan Area Networks and Solutions
Lot No:10
II.2.2) Additional CPV code(s)
64210000, 64200000, 64220000, 32500000, 32400000, 32520000, 32510000, 32540000, 32550000, 32580000, 32410000, 32420000, 32430000, 50332000, 71316000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement:
This Lot is for the provision of Campus and Metropolitan Area Networks and Solutions covering a comprehensive suite of such solutions and services.
There will be a maximum of 8 suppliers awarded a place on this Lot.
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: 40000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The framework will be subject to an optional 12-month extension to be taken at the sole discretion of the Contracting Authority. The extension, if taken, will run concurrently after the expiry of the 36 month minimum term. The full duration of the framework is therefore a maximum of 4 years, or 48 months.
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:no
II.2.1) Title: Commercial Partnering Opportunities
Lot No:11
II.2.2) Additional CPV code(s)
64210000, 64200000, 64220000, 32500000, 32400000, 32520000, 32510000, 32550000, 32580000, 32410000, 32420000, 32430000, 71316000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.
II.2.4) Description of the procurement:
This Lot is for the provision of Commercial Partnering Opportunities. This Lot relates to the provision of infrastructure, systems or services described in any of Lots 1 to 10 offered by a supplier as a revenue generating opportunity for an end user / organisation. This may include but is not limited to:
— Mobile phone provision, support and call tariffs,
— Broadband and Internet services across any WAN/ LAN or other connection,
— Public WiF / 5G facilities or services such as Mobile Information Services as described in Lot 6.
There will be a maximum of 8 suppliers awarded a place on this Lot.
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: 40000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The framework will be subject to an optional 12-month extension to be taken at the sole discretion of the Contracting Authority. The extension, if taken, will run concurrently after the expiry of the 36 month minimum term. The full duration of the framework is therefore a maximum of 4 years, or 48 months.
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:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
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
Envisaged maximum number of participants to the framework agreement:88
IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:Whilst the Tender is not being run under an e-auction, the Contracting Authority have stated ‘yes’ as users of the Framework may wish to use an e-auction to run a further competition.
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: 2017-10-24 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:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-10-24 Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
The Contracting Authority may wish to make goods and services available to potential framework users via e-catalogues or e-procurement systems or portals. Electronic ordering, electronic invoicing and electronic payment may therefore be utilised. Bidders should therefore note this potential future requirement and if appointed to the framework be prepared to work with the Contracting Authority to introduce these processes / system if this option is pursued.
Northern Procurement Group Limited (who are a subsidiary of Dukefield Limited) are acting as agents of Contracting Authority in the development and on-going contract management of this framework. The Contracting Authority will be using an e-tendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the In-Tend system at , the tender opportunity will be available in the current tenders tab of the site. The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. The Contracting Authority expressly reserves the rights:
(a) To terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) To make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) To award a contract covering only part of the Contracting Authority’s requirements if explicitly detailed within the tender documentation;
(d) To disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) Seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) Where the Contracting Authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the Contracting Authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) Where the Contracting Authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the Contracting Authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications / discussion documents to the market where appropriate to the subject matter of this procurement;
(h) The Contracting Authority will not be liable for any costs incurred by tenderers;
(i) The value of the framework provided in section II.1.5 is only an estimate and the Contracting Authority will not guarantee any business through this framework agreement, and
(j) The Contracting Authority wishes to establish a Framework Agreement open for use by all Public SectorBodies as stated in II.1.4.
Tenderers should note, in reference to Section IV.1.3), Envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one Tenderer is tied with the same final evaluation score, each of these tenderers shall be deemed to occupy the last Framework Agreement contract award position for the purpose of calculating the maximum number of Suppliers under the framework. The Contracting Authority will award a Framework Agreement to additional Tenderers beyond the stated maximum number, where their final evaluation score (s) is within 0.5 % of the last placed position only. For the avoidance of doubt, the last placed position in respect of each Lot within the framework is 8th place. Therefore Tenderers within 0.5 %, along with the Tenderer in last placed position, shall be deemed to occupy the last Framework Agreement contract award position in question within any particular Lot.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Crescent Purchasing Consortium
Postal address: Technology House, Lissadel Street, Salford, Greater Manchester
Town: Manchester
Postal code: M6 6AP
Country: United Kingdom
Telephone: +44 8000662188
Internet address:
VI.4.2) Body responsible for mediation procedures
Official name: Crescent Purchasing Consortium
Postal address: Technology House. Lissadel Street, Salford, Greater Manchester
Town: Manchester
Postal code: M6 6AP
Country: United Kingdom
Telephone: +44 8000662188
Internet address:
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Crescent Purchasing Consortium will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Crescent Purchasing Consortium
Postal address: Technology House, Lissadel Street, Salford, Manchestr
Town: Salford
Postal code: M6 6AP
Country: United Kingdom
Telephone: +44 8000662188
Internet address:
VI.5) Date of dispatch of this notice:2017-09-13
More Opportunties
- Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> >