Tender

Timber Products and Materials

  • APUC LIMITED

F02: Contract notice

Notice identifier: 2023/S 000-001308

Procurement identifier (OCID): ocds-h6vhtk-0397e7

Published 16 January 2023, 3:45pm



Section one: Contracting authority

one.1) Name and addresses

APUC LIMITED

Unit 27,Stirling Business Centre, Wellgreen

STIRLING

FK82DZ

Contact

Vicky Shanley

Email

vshanley@apuc-scot.ac.uk

Telephone

+44 1314428964

Country

United Kingdom

Region code

UKM77 - Perth & Kinross and Stirling

Companies House

SC314764

Internet address(es)

Main address

http://www.apuc-scot.ac.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Timber Products and Materials

Reference number

EFM1057 AP

two.1.2) Main CPV code

  • 03419000 - Timber

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Authority are seeking to appoint Contractor(s) for the supply and delivery of Timber Products and Materials to multiple sites and

locations throughout Scotland.

two.1.5) Estimated total value

Value excluding VAT: £3,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Edinburgh, Lothian, and Borders

Lot No

1

two.2.2) Additional CPV code(s)

  • 03419100 - Timber products

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian
  • UKM75 - Edinburgh, City of
  • UKM78 - West Lothian
  • UKM91 - Scottish Borders
Main site or place of performance

Edinburgh, Lothian, and Borders

two.2.4) Description of the procurement

The scope of Lot 1 is the supply and delivery of a range of Timber Products and Materials as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across Edinburgh, Lothian, and Borders as detailed in Appendix E - List of Institutions

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,360,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance

and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Fife, Perthshire, Dundee, Tayside, and Grampians

Lot No

2

two.2.2) Additional CPV code(s)

  • 03419000 - Timber

two.2.3) Place of performance

NUTS codes
  • UKM5 - North Eastern Scotland
  • UKM71 - Angus and Dundee City
  • UKM72 - Clackmannanshire and Fife
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Fife, Perthshire, Dundee, Tayside, and Grampians

two.2.4) Description of the procurement

The scope of Lot 2 is the supply and delivery of a range of Timber Products and Materials as detailed in the Invitation to Tender documents

and appendices to multiple sites and locations across Fife, Perthshire, Dundee, Tayside, and Grampians as detailed in Appendix E - List of

Institutions.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £360,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance

and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Stirlingshire and Central

Lot No

3

two.2.2) Additional CPV code(s)

  • 03419100 - Timber products

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Stirlingshire and Central

two.2.4) Description of the procurement

The scope of Lot 3 is the supply and delivery of a range of Timber Products and Materials as detailed in the Invitation to Tender documents

and appendices to multiple sites and locations across Stirlingshire and Central as detailed in Appendix E - List of Institutions.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £240,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance

and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Greater Glasgow, Ayrshire and South West of Scotland

Lot No

4

two.2.2) Additional CPV code(s)

  • 03419000 - Timber

two.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland
Main site or place of performance

Greater Glasgow, Ayrshire and South West of Scotland

two.2.4) Description of the procurement

The scope of Lot 4 is the supply and delivery of a range of Timber Products and Materials as detailed in the Invitation to Tender documents

and appendices to multiple sites and locations across Greater Glasgow, Ayrshire and South West of Scotland as detailed in Appendix E -

List of Institutions.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance

and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

North of Scotland; Highlands and Islands

Lot No

5

two.2.2) Additional CPV code(s)

  • 03419000 - Timber

two.2.3) Place of performance

NUTS codes
  • UKM5 - North Eastern Scotland
  • UKM6 - Highlands and Islands
Main site or place of performance

North of Scotland; Highlands and Islands

two.2.4) Description of the procurement

The scope of Lot 5 is the supply and delivery of a range of Timber Products and Materials as detailed in the Invitation to Tender documents

and appendices to multiple sites and locations across North of Scotland; Highlands and Islands as detailed in Appendix E - List of

Institutions.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £340,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance

and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Minimum level(s) of standards required:

Please refer to question 4B.5 of the SPD and Economic and Financial standing section of the Contract Notice.

Tenderers must confirm they can provide the following supporting evidence prior to award:

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP

Product Liability Insurance = 5 000 000 GBP

Public Liability Insurance = 5 000 000 GBP

To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or

equivalent if awarded the Framework Agreement.

Alternatively, if the Contractor is unable to provide the required accounting information, e.g. a new business without the required accounts,

then they will be required to provide a bankers letter demonstrating their willingness to support the Contractors organisation over the term

of the Framework Agreement.

Please refer to 4B.6 of the SPD.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and

sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain

promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide

evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment

performance.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Submission of Management Information

Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly

basis to include spend by Institution under the Framework Agreement for the reporting period.

Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be

uploaded to the website: http://ucsp.ac.uk/ using the template provided (template shall be provided during the lead-in period).

The supplied template is the only format permissible and should contain Contractor name, tender reference, total net spend by institution

each month. If there has been no spend for the quarter, then this will still require you to log in and record a nil spend return.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 30

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 February 2023

Local time

11:59am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

24 February 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48 months

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Form of Tender

Tenderers must sign the Form of Tender - Appendix A prior to award to confirm that their Tender Response is a complete, true and

accurate submission.

Sustain Supply Chain Code of Conduct

In partnership with Institutions, the Authority has developed a Sustain Supply Chain Code of Conduct- Appendix D which sets out its

expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Sustain Supply Chain

Code of Conduct prior to award to assist in achieving its objectives.

Freedom of Information

Please confirm that you will be in a position to complete, prior to award, Appendix B - Freedom of Information (if applicable) in the

Technical Questionnaire in PCS-Tender. This information should only be submitted if applicable at point of award. It is for information

only and will not be scored.

SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1

Please complete "Appendix G - SCM RP: Section 1" in the Technical Questionnaire in PCS-Tender. Tenderers must complete the SCM

Responsible Procurement Supply Chain Evaluation Tool: Section 1. It is for information only and will not be scored but is a requirement of

this tender and will be included in the contractual terms.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23204. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see:

https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The Contractor will work with the Authority to deliver Community Benefits or social value where they are identifiable throughout the term

of the Framework Agreement. Examples of Community Benefits or social value are providing training opportunities to staff and students

and investment in the local community

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

Viewfield Place

Stirling

FK8 1NH

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/stirling-sheriff-court-and-justice-of-the-peace-court