By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Computer hardware and software (PQQ and ITT stage).

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The University of Nottingham
Kings Meadow Campus, Lenton Lane
Contact point(s): Procurement Department
For the attention of: Jayson Tarr
NG7 2NR Nottingham
UNITED KINGDOM
Telephone: +44 1158232230
E-mail:

Internet address(es):

General address of the contracting authority: http://www.nottingham.ac.uk/procurement/

Address of the buyer profile: https://in-tendhost.co.uk/universityofnottingham

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Please see section II.1.5) for full details

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Computer hardware and software (PQQ and ITT stage).
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Nottingham, United Kingdom.

NUTS code UKF14

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 4

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 16 000 000 and 100 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The University of Nottingham wishes to create a framework agreement covering a number of computer hardware and software related lot(s).
Lot 1a: Computer hardware (UK only),
Lot 1b: Computer hardware + accessories (non UK),
Lot 2: Computer accessories (UK only),
Lot 3: Software supply: Microsoft,
Lot 4: Software supply: Adobe.
For the agreement to be considered successful it should (specific selection and award criteria within tender documents):
- Deliver an improved level of service and quality to end-users.
- Achieve on-going value for money throughout the duration of the agreement.
- Improve the efficiency of the ordering process through a robust integration of Supplier/Buyers systems primarily with the use of an e-procurement tool (i.e. SciQuest UK only).
- Ensure sustainable procurement and through reduction in the environmental impact of any equipment purchased under this agreement and throughout the life of its use (including WEEE disposal)

The framework agreement established by this tender will be open to use by any institution named in the: The Education (Recognised Bodies) (England) Order 2010 (http://www.legislation.gov.uk/uksi/2010/2618/contents/made) or which have been granted their own UK degree-awarding powers, see tender documents for further details. In addition, the framework agreement is available to use by wholly owned subsidiaries of The University of Nottingham, Nottingham University Samworth Academy and Djanogly City Academy Nottingham.

II.1.6)Common procurement vocabulary (CPV)

30213300, 48463000, 48220000, 48710000, 48315000, 48511000, 48316000, 48222000, 48991000, 48900000, 72266000, 48700000, 30237460, 30237200, 48213000, 50300000, 30237100, 72268000, 30213100, 48611000, 30237270, 48310000, 30230000, 48332000, 48331000, 30213500, 30231000, 48624000, 48223000, 48000000, 72263000, 72260000, 48218000, 30237000, 30237300, 48322000, 50312000, 30237410, 48517000, 48600000, 30213000, 30213200, 48190000, 48422000, 48990000, 48327000, 48330000, 48317000, 48760000, 48221000, 30233100, 48761000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 16 000 000 and 100 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: As stated within tender documents.
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Starting 1.4.2014. Completion 31.3.2017

Information about lots

Lot No: 1 Lot title: Computer Hardware (LOT1a UK Only + LOT1b International)
1)Short description
The University is looking to award a sole supplier framework agreement for the supply of computer hardware, including but not limited to: desktops, notebooks, tablets and all-in-one devices. In addition the University also wishes to select a supplier that can engage in a long term relationship to provide an enhanced level of service to both our staff and student user base. Capability will be assessed as part of this tender exercise although the actual services may not be used at the start of the agreement if at all.
The University is looking to award a sole supplier framework agreement for International sole supply of the same hardware and services listed in Lot 1a to a supplier who can deliver the requirements internationally, specifically at this time to the Universitys China and Malaysia campuses but also to any others that may appear during the life of this agreement. At this time only the supplier awarded Lot 1a will be awarded Lot 1b if they are additionally capable of delivering Lot 1b. This lot will also include the supply of accessories as defined in Lot 2 if a supplier is capable of meeting the requirement for our international campuses.
2)Common procurement vocabulary (CPV)

30213300

3)Quantity or scope
Please see tender document.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Computer Accessories (UK only)
1)Short description
The University is looking to award a sole supplier framework agreement for the supply of accessories and peripherals for PCs. The supplier must have a full catalogue of accessories available but only present to end users a predetermined list of options.
Including but not limited to:
- USB Memory sticks (encrypted),
- USB Hard drives (encrypted),
- PC/Apple memory,
- Headsets and webcams,
- TFT monitors.
Via limited exception case only
- Apple hardware,
- Apple accessories,
- Complete PCs,
- Printers,
- PC components (Motherboards, CPUs etc.),
- Tablets,
- Mobile phones, smartphones and phablets,
- Plotters.
2)Common procurement vocabulary (CPV)

30237200

3)Quantity or scope
Please see tender document.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Software Supply Microsoft
1)Short description
The University of Nottingham is looking to appoint a supplier to provide its Microsoft Campus and Select licensing requirements. The supplier must be able to provide the approved catalogue of software via the Universitys e-procurement (currently SciQuest). The University will expect the appointed supplier to provide the necessary advice around server licensing and the required CALs needed to be compliant. The supplier will also be required to facilitate any staff and student purchase schemes, and proactively provide advice on any deals offered by Microsoft that the University would benefit from especially offers like Dreamspark that are very beneficial to academic institutions.
2)Common procurement vocabulary (CPV)

48624000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Please see tender document.
Lot No: 4 Lot title: Software Supply Adobe
1)Short description
The University is looking to establish a framework agreement covering Adobe software.
2)Common procurement vocabulary (CPV)

48422000

3)Quantity or scope
Please see tender documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: PQQ documents refer as will subsequent tender documents for successful applicants.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Completion of Questionnaires and various other tender documents. Any supplier may be disqualified who is:
a) bankrupt or is being wound up, whose affairs are being administered by the Court, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under National Laws and Regulations;
b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the Court or for an arrangement with creditors or is the subject of any other similar proceedings under National Laws or Regulations;
c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
e) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection;
f) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
g) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As contained in the Pre Qualification and tender documentation.
Minimum level(s) of standards possibly required: As contained in the Pre Qualification and tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As contained in the Pre Qualification and tender documentation.
Minimum level(s) of standards possibly required:
As contained in the Pre Qualification and tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
Objective criteria for choosing the limited number of candidates: As contained in the evaluation criteria set out in the Pre-Qualification documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PROC JT ITT/537-9
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2013/S 152-264164 of 7.8.2013

Other previous publications

Notice number in the OJEU: 2013/S 154-268011 of 9.8.2013

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 6.12.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
12.12.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
6.1.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 12.12.2013 - 12:01

Place:

The University of Nottingham

Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The University welcomes a range of solutions from tenderers to meet its needs.
All correspondence and requests for pre qualification documents relating to this project must be made through the University of Nottinghams e-tendering website:

https://in-tendhost.co.uk/universityofnottingham

Pre-Qualification information will be assessed and a long list of suppliers produced. If you are long listed you will be invited to submit a full tender and costings.
Non compliant expressions of interest will not be considered or acknowledged.
The University reserves the right to cancel the tender process at any stage.
The University does not accept any liability for costs incurred in tendering.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
11.11.2013