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

IT Related Accessories & Parts (ITRAP).

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

IT Related Accessories and Parts
Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road
For the attention of: Elisaveta Kaneva
RG6 6BZ Reading
UNITED KINGDOM
Telephone: +44 1189357081
E-mail:

Internet address(es):

General address of the contracting authority: https://in-tendhost.co.uk/supc

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

This Framework is being tendered on behalf of the following organisations and their Members: Southern Universities Purchasing Consortium (SUPC) http://www.supc.ac.uk/engage/our-members/our-members; North East Universities Purchasing Consortium (NEUPC) http://www.neupc.ac.uk/our-members; North West Universities Purchasing Consortium (NWUPC) http://www.nwupc.ac.uk/our-members; London Universities Purchasing Consortium (LUPC) http://www.lupc.ac.uk/list-of-members.html; Advanced Procurement for Universities and Colleges (APUC) http://www.apuc-scot.ac.uk/#!/members; Higher Education Purchasing Consortium Wales (HEPCW) http://www.hepcw.ac.uk/

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
IT Related Accessories & Parts (ITRAP).
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UK

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: 6

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 40 000 000 and 80 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
This tender is for the supply of IT related accessories and parts, including:
- Components;
- Displays, monitors, screens and accessories;
- Cables;
- Power related accessories;
- Peripheral Accessories;
- Device protection and IT Security Products;
- Audio Visual Consumables;
- Special Needs Assisted Technology Equipment;
- Storage Media.
It is not for the purchase of:
- Devices such as laptops, notebooks, tablets and mobile phones;
- Printers and printer consumables such as toner cartridges;
- Furniture and Offices Supplies;
- Photographic equipment such as cameras and lenses;
- Audio Visual Equipment such as Smart TVs, projectors, video conferencing equipment;
- Network servers and storage;
- Software licences.
II.1.6)Common procurement vocabulary (CPV)

30230000, 30233000, 30236000, 32321300, 30237000, 30231300, 31320000, 30234000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
SUPC is seeking to award a Framework Agreement for the provision of IT Related Accessories and Parts (ITRAP), including but not limited to Storage Media; Device protection and IT Security Products; Cables; Displays, monitors, Peripheral Accessories; screens and accessories; Power related accessories; Computer Components; Audio Visual Consumables and Special Needs Assisted Technology.
This agreement is not being split into lots due to the nature of the supply market. Member Institutions purchase a wide range of low-value high volume items. The Supply market is geared up to supply the whole range of products on a national basis and demand is such that Members often require a single source for the entirety of their ITRAP requirements.
The Southern Universities Purchasing Consortium (SUPC) awards and manages framework agreements for the education sector and is acting as lead organisation on behalf of its members and also for members of the London Universities Purchasing Consortium (LUPC), North Eastern Universities Purchasing Consortium (NEUPC), North Western Universities Purchasing Consortium (NWUPC), the Higher Education Purchasing Consortium Wales (HEPCW) and Advanced Procurement for Universities and Colleges Limited (APUC). A full list of the participating Consortia members is available on the Consortia websites.
The Framework Agreement concluded as a result of this tender will be for a period of 2 years, with possible extensions of up to 2 further years at SUPC's sole discretion. Satisfactory performance may be taken into account.
Estimated value excluding VAT:
Range: between 40 000 000 and 80 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.6.2016. Completion 31.5.2018

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:
Each contractor to be jointly and severally bound for the performance of the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: As per the Invitation to tender and associated documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per the Invitation to tender and associated documentation.
Minimum level(s) of standards possibly required: As per the Invitation to tender and associated documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per the Invitation to tender and associated documentation.
Minimum level(s) of standards possibly required:
As per the Invitation to tender and associated 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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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: yes
Additional information about electronic auction: An electronic auction will not be used for the award of the Framework agreement but Institutions who are calling off from the Framework may use an electronic auction if undertaking further competition.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
2016/01
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 235-425936 of 4.12.2015

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: 9.3.2016 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
11.3.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
in days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
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
It is anticipated that some of the future call-off contracts will be part-funded from external streams including European Union (EU) funding (ERDF/ESF) and others. All funding accessed will be fully ERDF compliant in relation to Education Framework and funding conditions.
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.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.1.2016