National Education Printer Agreement
National Education Printer Agreement (Provision of print equipment and managed print services). 5 Lots.
United Kingdom-Leeds: Printers and plotters
2015/S 234-424793
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
North Eastern Universities Purchasing Consortia
The Leeds Innovation Centre, 103 Clarendon Road
Contact point(s): http://www.in-tend.co.uk/neupc
For the attention of: Andy Hughes
LS2 9DF Leeds
UNITED KINGDOM
Telephone: +44 1133443957
E-mail: a.d.hughes@leeds.ac.uk
Internet address(es):
General address of the contracting authority: http://www.neupc.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
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
A combination of these
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
Framework agreement with several operators
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 20 000 000 and 80 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Included in this remit is office document print hardware, multi-functional devices, print production hardware, print management solutions and services (including software solution if required) and additional peripheral hardware to enable fulfilment of managed print services i.e user authentication hardware and money loaders.
Large format printers are within scope of this agreement and may be supplied under lots 1-4.
Print Audit is also included under the addition of Lot 5.
Framework award will be direct to Original Equipment Manufacturers who will have the option to appoint up to 3 additional routes to market to service the framework requirements.
II.1.6)Common procurement vocabulary (CPV)
30232100, 30232110, 30232150, 30232130, 30232120, 72810000
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:
In addition to the general specification requirements stated in the ITT document for the framework Lot 1 suppliers must supply an approved range of print equipment and associated options for ordering institutions to manage themselves.
Deliver to any reasonable location within the premises of the institutions authorised to call off from this framework (this will include non ground floor locations).
Lot 2 — Managed Print Equipment and Services (Including MFDs) — Maximum of 8 Suppliers.
In addition to the general specification requirements stated in the ITT document for the framework Lot 1 suppliers must supply a range of approved print related equipment and in addition offer a managed service covering institutional print requirements. For the purposes of this framework ‘Managed Print’ will encompass any requirement involving supply of additional service elements following supply of equipment.
As a minimum awarded suppliers will be expected to offer:
Timely provision of consumables required and included within the service.
Delivery and full installation to contracting authorities utilising the framework.
Training on any and all products offered (hardware, software or ancillary products).
Analysis of current facilities / future requirements and recommendations.
A mixture of MFDs and Printers.
Full Service and Maintenance of any product provided for minimum of 5 years.
A range of print management software.
Peripheral Hardware including but not limited to user authentication hardware and money loaders.
Lot 3 — Production Print Equipment — Maximum of 8 Suppliers.
In addition to the general specification requirements stated in the ITT document for the framework Lot 3 suppliers must supply an appropriate range of approved production print equipment and machinery.
Additional Finishing options both on and off line.
Conformance to a highly responsive SLA.
Print Management Software and associated peripherals.
Lot 4 — One Stop Shop For Office Print Equipment — Maximum of 8 Suppliers.
One stop shop for the supply of all office range printers and MFDs with the ability to provide a managed service where required (as specified in Lot 1 and Lot 2). For clarity this lot will not require supply of ‘Production Print Equipment’.
Lot 5 — Provision of an independent Print Audit Service — Maximum of 4 Suppliers.
Suppliers awarded to Lot 5 will be required to provide an independent Print Audit Service.
This service must be totally independent of any awarded OEM.
Audits would be expected to include both networked and non-networked devices.
A high level of data collection, analysis and provision will be required and suppliers will be expected to make generic recommendations and aid in the production of further competition / tender documents if requested.
Call-off patterns will vary between Buyers and it is anticipated that call-off will be made in a number of ways, such as below:
Choosing a single Supplier.
Undertaking a further competition to select a preferred Supplier when the Buyer has specific requirements;
Selecting the most economically advantageous offer or lowest price offer for each order placed;
Where the terms governing the provision of the Goods or Services concerned laid down in the Framework Agreement are sufficiently precise, Member Institutions can award a Contract to the Supplier without reopening competition (Direct Award), using the objective conditions in the Framework Agreement for determining which of the Suppliers that are party to the Framework Agreement shall perform such Goods or Services, namely the determination of which Supplier has the most economically advantageous tender offer (MEAT — value for money) based on the award criteria used in the Tender Document
Framework award will be direct to Original Equipment Manufacturers who will have the option to appoint up to 3 additional routes to market to service the framework requirements.
II.2.2)Information about options
Description of these options: The initial framework award will be for a duration or 2 years at the conclusion of which the NEUPC reserves the right to invoke a maximum of a further 2 1-year extensions.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Non Managed Print Equipment
1)Short description
2)Common procurement vocabulary (CPV)
30232100, 30232120, 30232150, 30232130, 30232110
3)Quantity or scope
Lot No: 2 Lot title: Managed Print Equipment and Services
1)Short description
As a minimum awarded suppliers will be expected to offer:
Timely provision of consumables required and included within the service.
Delivery and full installation to contracting authorities utilising the framework.
Training on any and all products offered (hardware, software or ancillary products).
Analysis of current facilities / future requirements and recommendations.
A mixture of MFDs and Printers.
Full Service and Maintenance of any product provided for minimum of 5 years.
A range of print management software.
Peripheral Hardware including but not limited to user authentication hardware and money loaders.
2)Common procurement vocabulary (CPV)
30120000, 30232110, 42962000, 30232100, 30232150, 30232120, 79810000, 42991200
3)Quantity or scope
As a minimum awarded suppliers will be expected to offer:
Timely provision of consumables required and included within the service.
Delivery and full installation to contracting authorities utilising the framework.
Training on any and all products offered (hardware, software or ancillary products).
Analysis of current facilities / future requirements and recommendations.
A mixture of MFDs and Printers.
Full Service and Maintenance of any product provided for minimum of 5 years.
A range of print management software.
Peripheral Hardware including but not limited to user authentication hardware and money loaders.
Lot No: 3 Lot title: Production Print Equipment
1)Short description
Additional Finishing options both on and off line.
Conformance to a highly responsive SLA.
Print Management Software and associated peripherals.
2)Common procurement vocabulary (CPV)
30232100, 30232130
3)Quantity or scope
Additional Finishing options both on and off line.
Conformance to a highly responsive SLA.
Print Management Software and associated peripherals.
Lot No: 4 Lot title: Office Printer Equipment and Managed Services One Stop Shop
1)Short description
2)Common procurement vocabulary (CPV)
30120000, 30232110, 42962000, 30232130, 30232100, 30232150, 30232120, 42991200
3)Quantity or scope
Lot No: 5 Lot title: Independant Print Audit and Consultancy
1)Short description
This service must be totally independent of any awarded OEM.
Audits would be expected to include both networked and non-networked devices.
A high level of data collection, analysis and provision will be required and suppliers will be expected to make generic recommendations and aid in the production of further competition / tender documents if requested.
2)Common procurement vocabulary (CPV)
72150000
3)Quantity or scope
This service must be totally independent of any awarded OEM.
Audits would be expected to include both networked and non-networked devices.
A high level of data collection, analysis and provision will be required and suppliers will be expected to make generic recommendations and aid in the production of further competition / tender documents if requested.
Section III: Legal, economic, financial and technical information
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
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 detailed within the tender documentation and in line with Regulation 58 of the 2015 Public Procurement Regulations.
III.2.3)Technical capacity
As per detailed within the tender 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
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 48 Months.
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
NEUPC Ltd
Leeds Innovation Centre 103 Clarendon Rd
LS2 9DF Leeds
UNITED KINGDOM
E-mail: a.d.hughes@leeds.ac.uk
Internet address: http://www.neupc.ac.uk
VI.5)Date of dispatch of this notice: