SUPC Software License Resellers Agreement
This tender is for the provision of software license reseller services to cover (Windows, Adobe, VMware and other) software sold via resellers.
United Kingdom-Reading: Software package and information systems
2016/S 136-245852
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Southern Universities Purchasing Consortium
Science and Technology Centre, University of Reading, Earley Gate, Whightknights Road
RG6 6BZ Reading
United Kingdom
E-mail: supc@reading.ac.uk
Internet address(es):
General address of the contracting authority: www.supc.ac.uk
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
I.3)Main activity
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/, Crescent Purchasing Consortium (CPC) https://www.thecpc.ac.uk/
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 10
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 140 000 000 and 250 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Southern Universities Purchasing Consortium (SUPC) awards and manages framework agreements for the higher 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), Advanced Procurement for universities and Colleges Limited (APUC) and Crescent Purchasing Consortium (CPC). A full list of the participating Consortia members is available on the Consortia websites. All agreements resulting from this tender should be made available to and apply to all current and future members of the participating consortia. They should also apply to any member of any other Higher Education (HE) or Further Education (FE) purchasing consortium or any other higher education institution in the United Kingdom providing that they formally commit to participate in and support this Framework. SUPC will only grant permission at the request of the consortium, or an institution if it is not a member of a Consortium.
II.1.6)Common procurement vocabulary (CPV)
48000000, 48300000, 48782000, 48732000, 48781000, 48190000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1 Microsoft and Associated Services
Microsoft software and license procurement and support inclusive of maintenance and renewal. Associated services including consultancy which is limited to the products available via this lot. This includes access to special pricing and terms and conditions which may be in place with manufacturers including but not limited to EES and Select Plus agreements.
Lot 2 Adobe will be split into two sub lots in order to separate the types of agreements in place as follows:
Sub-lot 2A — Adobe software specific to ETLA agreements (site licences, multi-site or unlimited) inclusive of maintenance and renewal and associated services including consultancy specific to this agreement. This includes access to special pricing and terms and conditions which may be in place with manufacturers.
Sub-lot 2B — Adobe software and license procurement and support inclusive of maintenance and renewal. Adobe CLP Agreements (perpetual licenses and optional upgrade protection) and VIP Agreements (named user/device subscription licenses) where special pricing and terms and conditions may be in place with manufacturers.
Lot 3 VMware
VMware software and license procurement and support inclusive of maintenance and renewal. Associated services including consultancy which is limited to the products available via this lot. This includes access to special pricing and terms and conditions which may be in place with the manufacturer.
Lot 4 Other
Miscellaneous software and license procurement and associated services and support including maintenance and renewal. This includes, but is not limited to IT Security Software and support. This includes access to special pricing and terms and conditions which may be in place with the manufacturer.
Lot 5 Software Services
Software services, including but not limited to, Software Asset Management software procurement and associated services, software auditing services and professional services including consultancy which is limited to the products provided under the scope of this agreement.
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 other consortia (see Section II 1.5). A full list of participating consortia and members is available on the consortia websites provided.
The Framework Agreement concluded as a result of this tender will be for a period of 3 years with a possible extension of 12 months at SUPC’s sole discretion. Satisfactory performance may be taken into account.
Estimated value excluding VAT:
Range: between 140 000 000 and 250 000 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Microsoft and Associated Services
1)Short description
2)Common procurement vocabulary (CPV)
48000000, 48781000, 48213000, 48316000, 48624000, 48190000, 48517000
3)Quantity or scope
Lot No: 2 Lot title: Adobe software
1)Short description
Sub-lot 2A
Adobe software specific to ETLA agreements (site licences, multi-site or unlimited) inclusive of maintenance and renewal and associated services including consultancy specific to this agreement.
Sub-lot 2B
Adobe software and license procurement and support inclusive of maintenance and renewal. Adobe CLP Agreements (perpetual licenses and optional upgrade protection) and VIP Agreements (named user/device subscription licenses).
2)Common procurement vocabulary (CPV)
48000000, 48316000, 48190000, 48312000, 48310000
3)Quantity or scope
Adobe software specific to ETLA agreements (site licences, multi-site or unlimited) inclusive of maintenance and renewal and associated services including consultancy specific to this agreement. This includes access to special pricing and terms and conditions which may be in place with the manufacturer.
Sub-lot 2B
Adobe software and license procurement and support inclusive of maintenance and renewal. Adobe CLP Agreements (perpetual licenses and optional upgrade protection) and VIP Agreements (named user/device subscription licenses) where special pricing and terms and conditions may be in place with the manufacturer.
Lot No: 3 Lot title: VMWare
1)Short description
2)Common procurement vocabulary (CPV)
48000000, 48210000
3)Quantity or scope
Lot No: 4 Lot title: Other Miscellaneous Software
1)Short description
2)Common procurement vocabulary (CPV)
48000000
3)Quantity or scope
Lot No: 5 Lot title: Software Services
1)Short description
2)Common procurement vocabulary (CPV)
48218000, 72261000, 72263000, 72268000, 72262000, 72265000, 72266000, 72212218
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per the Invitation to Tender and associated documentation.
III.2.3)Technical capacity
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.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 094-169096 of 18.5.2016
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
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 PCR 2015.
VI.5)Date of dispatch of this notice: