Software License Resellers Agreement

This Framework provides individual software licences for Microsoft, Adobe, VMware, other Commercial Off-The-Shelf (COTS) software products and associated Software Services. The Framework Agreement aims to ensure access to competitively priced software solutions and related services tailored to the unique needs of the Higher Education (HE) and Further Education (FE) sectors, …

CPV: 48000000 Pakiety oprogramowania i systemy informatyczne, 48100000 Przemysłowe specyficzne pakiety oprogramowania, 48200000 Pakiety oprogramowania dla sieci, internetu i intranetu, 48400000 Pakiety oprogramowania do kontroli transakcji biznesowych i osobistych, 48500000 Pakiety oprogramowania komunikacyjnego i multimedialnego, 48600000 Pakiety oprogramowania dla baz danych i operacyjne, 48700000 Pakiety oprogramowania użytkowego, 48800000 Systemy i serwery informacyjne, 48900000 Różne pakiety oprogramowania i systemy komputerowe, 72200000 Usługi doradcze w zakresie programowania oprogramowania, 72261000 Usługi pomocnicze w zakresie oprogramowania, 72262000 Usługi rozbudowy oprogramowania, 72263000 Usługi wdrażania oprogramowania, 72265000 Usługi konfiguracji oprogramowania, 72266000 Usługi doradcze w zakresie oprogramowania, 72267000 Usługi w zakresie konserwacji i napraw oprogramowania, 72268000 Usługi dostawy oprogramowania, 48300000 Pakiety oprogramowania do tworzenia dokumentów, rysowania, odwzorowywania, tworzenia harmonogramów i produkowania, 72000000 Usługi informatyczne: konsultacyjne, opracowywania oprogramowania, internetowe i wsparcia, 72260000 Usługi w zakresie oprogramowania
Miejsce wykonania:
Software License Resellers Agreement
Miejsce udzielenia zamówienia:
Southern Universities Purchasing Consortium (SUPC)
Numer nagrody:
ITS4052SU

1. Buyer

1.1 Buyer

Official name : Southern Universities Purchasing Consortium (SUPC)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Software License Resellers Agreement
Description : This Framework provides individual software licences for Microsoft, Adobe, VMware, other Commercial Off-The-Shelf (COTS) software products and associated Software Services. The Framework Agreement aims to ensure access to competitively priced software solutions and related services tailored to the unique needs of the Higher Education (HE) and Further Education (FE) sectors, whilst making provision for non-HE and FE Members of SUPC and Participating Consortia
Procedure identifier : bc4861f4-8a87-42ae-a06a-f4339199568a
Internal identifier : ITS4052SU
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72267000 Software maintenance and repair services
Additional classification ( cpv ): 72268000 Software supply services

2.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 800 000 000 Pound sterling
Maximum value of the framework agreement : 800 000 000 Pound sterling

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 8
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 8

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : See SQ Exclusion Grounds
Bankruptcy : See SQ Exclusion Grounds
Corruption : See SQ Exclusion Grounds
Arrangement with creditors : See SQ Exclusion Grounds
Participation in a criminal organisation : See SQ Exclusion Grounds
Agreements with other economic operators aimed at distorting competition : See SQ Exclusion Grounds
Breaching of obligations in the fields of environmental law : See SQ Exclusion Grounds
Money laundering or terrorist financing : See SQ Exclusion Grounds
Fraud : See SQ Exclusion Grounds
Child labour and other forms of trafficking in human beings : See SQ Exclusion Grounds
Insolvency : See SQ Exclusion Grounds
Breaching of obligations in the fields of labour law : See SQ Exclusion Grounds
Assets being administered by liquidator : See SQ Exclusion Grounds
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : See SQ Exclusion Grounds
Conflict of interest due to its participation in the procurement procedure : See SQ Exclusion Grounds
Direct or indirect involvement in the preparation of this procurement procedure : See SQ Exclusion Grounds
Guilty of grave professional misconduct : See SQ Exclusion Grounds
Early termination, damages or other comparable sanctions : See SQ Exclusion Grounds
Breaching of obligations in the fields of social law : See SQ Exclusion Grounds
Business activities are suspended : See SQ Exclusion Grounds
Terrorist offences or offences linked to terrorist activities : See SQ Exclusion Grounds

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 Microsoft
Description : This lot involves the provision of all Microsoft software, licences, support, maintenance, renewals, and any related services, including consultancy specific to Microsoft products to Members
Internal identifier : ITS4052SU

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72267000 Software maintenance and repair services
Additional classification ( cpv ): 72268000 Software supply services

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : 2 x 12 month periods

5.1.5 Value

Estimated value excluding VAT : 400 000 000 Pound sterling
Maximum value of the framework agreement : 800 000 000 Pound sterling

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : See SQ
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : SQ Selection
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 12
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : See ITT
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 12

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 06/02/2025 12:00 +00:00
Address of the procurement documents : https://uk.eu-supply.com/login.asp?B=UK

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 05/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 24/03/2025 12:20 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 58
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : yes
An electronic auction is held at the following address : https://uk.eu-supply.com/login.asp?B=UK

5.1.16 Further information, mediation and review

Review organisation : Southern Universities Purchasing Consortia
Organisation providing more information on the review procedures : Southern Universities Purchasing Consortia
Organisation receiving requests to participate : Southern Universities Purchasing Consortium (SUPC)
Organisation processing tenders : Southern Universities Purchasing Consortium (SUPC)
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0002

Title : Lot 2a Adobe ETLA
Description : Sub-Lot 2a relates to Adobe software products aligned with ETLA agreements, including site licences, multi-site licences, and unlimited licences.
Internal identifier : ITS4052SU

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72267000 Software maintenance and repair services
Additional classification ( cpv ): 72268000 Software supply services

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : 2 x 12 month periods

5.1.5 Value

Estimated value excluding VAT : 100 000 000 Pound sterling
Maximum value of the framework agreement : 800 000 000 Pound sterling

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Selection Questionnaire
Use of this criterion : Used
Criterion :
Type : Other
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : SQ Selection
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 10
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 10

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 06/02/2025 12:00 +00:00
Address of the procurement documents : https://uk.eu-supply.com/login.asp?B=UK

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 05/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 24/03/2025 12:20 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 58
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : yes
An electronic auction is held at the following address : https://uk.eu-supply.com/login.asp?B=UK

5.1.16 Further information, mediation and review

Review organisation : Southern Universities Purchasing Consortia
Organisation providing more information on the review procedures : Southern Universities Purchasing Consortia
Organisation receiving requests to participate : Southern Universities Purchasing Consortium (SUPC)
Organisation processing tenders : Southern Universities Purchasing Consortium (SUPC)
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0003

Title : Lot 2b Adobe VIP CLP
Description : Sub-Lot 2b encompasses Adobe CLP Agreements (perpetual licences and optional upgrade protection), VIP Agreements (named user/device subscription licences), and other Adobe products.
Internal identifier : ITS4052SU

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72267000 Software maintenance and repair services
Additional classification ( cpv ): 72268000 Software supply services

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : 2 x 12 month periods

5.1.5 Value

Estimated value excluding VAT : 50 000 000 Pound sterling
Maximum value of the framework agreement : 800 000 000 Pound sterling

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : See SQ
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : SQ Selection
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 10
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : See ITT
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 10
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 06/02/2025 12:00 +00:00
Address of the procurement documents : https://uk.eu-supply.com/login.asp?B=UK

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 05/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 24/03/2025 12:20 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 58
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : yes
An electronic auction is held at the following address : https://uk.eu-supply.com/login.asp?B=UK

5.1.16 Further information, mediation and review

Review organisation : Southern Universities Purchasing Consortia
Organisation providing more information on the review procedures : Southern Universities Purchasing Consortia
Organisation receiving requests to participate : Southern Universities Purchasing Consortium (SUPC)
Organisation processing tenders : Southern Universities Purchasing Consortium (SUPC)
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0004

Title : Lot 3 VMWare
Description : This lot includes VMware software, licences, support, maintenance, renewals, and related services, including VMware-specific consultancy.
Internal identifier : ITS4052SU

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72267000 Software maintenance and repair services
Additional classification ( cpv ): 72268000 Software supply services

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : 2 x 12 month periods

5.1.5 Value

Estimated value excluding VAT : 400 000 000 Pound sterling
Maximum value of the framework agreement : 800 000 000 Pound sterling

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : See SQ
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : SQ Selection
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 12
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : See ITT
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 12
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 06/02/2025 12:00 +00:00
Address of the procurement documents : https://uk.eu-supply.com/login.asp?B=UK

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 05/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 24/03/2025 12:20 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 58
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : yes
An electronic auction is held at the following address : https://uk.eu-supply.com/login.asp?B=UK

5.1.16 Further information, mediation and review

Review organisation : Southern Universities Purchasing Consortia
Organisation providing more information on the review procedures : Southern Universities Purchasing Consortia
Organisation receiving requests to participate : Southern Universities Purchasing Consortium (SUPC)
Organisation processing tenders : Southern Universities Purchasing Consortium (SUPC)
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0005

Title : Lot 4 Commercial Off The Shelf Software
Description : This lot involves the provision of all Microsoft software, licences, support, maintenance, renewals, and any related services, including consultancy specific to Microsoft products to Members
Internal identifier : ITS4052SU

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72267000 Software maintenance and repair services
Additional classification ( cpv ): 72268000 Software supply services

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : 2 x 12 month periods

5.1.5 Value

Estimated value excluding VAT : 400 000 000 Pound sterling
Maximum value of the framework agreement : 800 000 000 Pound sterling

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : See SQ
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : SQ Selection
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 12
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : See ITT
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 12

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 06/02/2025 12:00 +00:00
Address of the procurement documents : https://uk.eu-supply.com/login.asp?B=UK

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 05/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 24/03/2025 12:20 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 58
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : yes
An electronic auction is held at the following address : https://uk.eu-supply.com/login.asp?B=UK

5.1.16 Further information, mediation and review

Review organisation : Southern Universities Purchasing Consortia
Organisation providing more information on the review procedures : Southern Universities Purchasing Consortia
Organisation receiving requests to participate : Southern Universities Purchasing Consortium (SUPC)
Organisation processing tenders : Southern Universities Purchasing Consortium (SUPC)
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0006

Title : Lot 5a Software Asset Management
Description : This lot involves the provision of all Microsoft software, licences, support, maintenance, renewals, and any related services, including consultancy specific to Microsoft products to Members
Internal identifier : ITS4052SU

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72267000 Software maintenance and repair services
Additional classification ( cpv ): 72268000 Software supply services

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : 2 x 12 month periods

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Pound sterling
Maximum value of the framework agreement : 800 000 000 Pound sterling

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : See SQ
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : SQ Selection
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 12
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : See ITT
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 12

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 06/02/2025 12:00 +00:00
Address of the procurement documents : https://uk.eu-supply.com/login.asp?B=UK

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 05/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 24/03/2025 12:20 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 58
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : yes
An electronic auction is held at the following address : https://uk.eu-supply.com/login.asp?B=UK

5.1.16 Further information, mediation and review

Review organisation : Southern Universities Purchasing Consortia
Organisation providing more information on the review procedures : Southern Universities Purchasing Consortia
Organisation receiving requests to participate : Southern Universities Purchasing Consortium (SUPC)
Organisation processing tenders : Southern Universities Purchasing Consortium (SUPC)
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0007

Title : Lot 5b Cloud Readiness Assessment
Description : This lot involves the provision of all Microsoft software, licences, support, maintenance, renewals, and any related services, including consultancy specific to Microsoft products to Members
Internal identifier : ITS4052SU

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72267000 Software maintenance and repair services
Additional classification ( cpv ): 72268000 Software supply services

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : 2 x 12 month periods

5.1.5 Value

Estimated value excluding VAT : 50 000 000 Pound sterling
Maximum value of the framework agreement : 800 000 000 Pound sterling

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : See SQ
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Other
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : SQ Selection
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 12
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : See ITT
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 12

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 06/02/2025 12:00 +00:00
Address of the procurement documents : https://uk.eu-supply.com/login.asp?B=UK

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 05/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 24/03/2025 12:20 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 58
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : yes
An electronic auction is held at the following address : https://uk.eu-supply.com/login.asp?B=UK

5.1.16 Further information, mediation and review

Review organisation : Southern Universities Purchasing Consortia
Organisation providing more information on the review procedures : Southern Universities Purchasing Consortia
Organisation receiving requests to participate : Southern Universities Purchasing Consortium (SUPC)
Organisation processing tenders : Southern Universities Purchasing Consortium (SUPC)
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0008

Title : Lot 5c Cyber Security Assessments
Description : This lot involves the provision of all Microsoft software, licences, support, maintenance, renewals, and any related services, including consultancy specific to Microsoft products to Members
Internal identifier : ITS4052SU

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72267000 Software maintenance and repair services
Additional classification ( cpv ): 72268000 Software supply services

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : 2 x 12 month periods

5.1.5 Value

Estimated value excluding VAT : 50 000 000 Pound sterling
Maximum value of the framework agreement : 800 000 000 Pound sterling

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
Information about European Union funds
Further details of EU funds : Identification of the project: Various projects funded by EU in research institutions in the UK
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Selection Questionnaire
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : See SQ
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 12
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : See ITT
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 12

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 06/02/2025 12:00 +00:00
Address of the procurement documents : https://uk.eu-supply.com/login.asp?B=UK

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 05/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 24/03/2025 12:20 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 58
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : yes
An electronic auction is held at the following address : https://uk.eu-supply.com/login.asp?B=UK

5.1.16 Further information, mediation and review

Review organisation : Southern Universities Purchasing Consortia
Organisation providing more information on the review procedures : Southern Universities Purchasing Consortia
Organisation receiving requests to participate : Southern Universities Purchasing Consortium (SUPC)
Organisation processing tenders : Southern Universities Purchasing Consortium (SUPC)
TED eSender : Mercell Holding ASA

8. Organisations

8.1 ORG-0001

Official name : Southern Universities Purchasing Consortium (SUPC)
Registration number : 111357
Postal address : Reading Enterprise Centre, The University of Reading, Whiteknights Road, Earley Gate
Town : Reading
Postcode : RG6 6BU
Country : United Kingdom
Contact point : Mark Lewis
Telephone : +44 1189357081
Internet address : https://www.supc.ac.uk
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Southern Universities Purchasing Consortia
Registration number : SUPC
Postal address : Reading Enterprise Centre, The University of Reading, Earley Gate, Whiteknights Road, P O Box 217, Whiteknights
Town : Reading
Postcode : RG6 6BU
Country subdivision (NUTS) : Berkshire ( UKJ11 )
Country : United Kingdom
Contact point : Mark Lewis
Telephone : 01183784304
Internet address : https://www.supc.ac.uk
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : a8b19f2a-dd74-4684-93e9-9d4b8d62f694 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/02/2025 13:38 +00:00
Notice dispatch date (eSender) : 24/02/2025 13:38 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00124933-2025
OJ S issue number : 39/2025
Publication date : 25/02/2025