- Scope of the procurement
- Lot 1. Lasers and Coherent Sources
- Lot 2. Optical Spectrometers and Cameras
- Lot 3. Particle Image Velocimetry (PIV) Laser and LED Systems
- Lot 4. Laser Micromachining Systems
- Lot 5. Laser Safety Products and Protective Equipment
- Lot 6. Optomechanical Equipment and Accessories
- Lot 7. Flow Cytometry Lasers and Associated Equipment
- Lot 8. Laser Spare Parts and Associated Accessories
- Lot 9. Maintenance, Service and Upgrade of Lasers and Associated Systems
Section one: Contracting authority
one.1) Name and addresses
APUC LIMITED
Unit 27,Stirling Business Centre, Wellgreen
STIRLING
FK82DZ
Contact
Gabriella Dennis
Telephone
+44 1314428936
Country
United Kingdom
Region code
UKM77 - Perth & Kinross and Stirling
Companies House
SC314764
Internet address(es)
Main address
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
www.publictendersscotland.publiccontractsscotland.gov.uk
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/
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
The Supply of Lasers and Associated Equipment
Reference number
LAB1032 AP
two.1.2) Main CPV code
- 38636100 - Lasers
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Authority are seeking Contractor(s) for the provision of Laser Systems plus Associated Equipment, Accessories, Maintenance and Servicing for the further and higher education sector and other public bodies in Scotland and the UK.
The Authority are seeking to, through this tendering process, minimise the resource required to complete purchases for laser systems plus associated equipment, accessories, maintenance and servicing.
A maximum of up to 15 Contractors will be appointed to each lot on this framework agreement.
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
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
Lasers and Coherent Sources
Lot No
1
two.2.2) Additional CPV code(s)
- 38636100 - Lasers
- 38636110 - Industrial lasers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply, installation and commissioning of Lasers and Coherent Sources including, but not limited to the following Laser solutions for scientific and industrial research purposes along with custom products:
• Femtosecond Lasers
• Picosecond Lasers
• Nanosecond Pulsed Lasers
• Pulsed Lasers
• Continuous Wave Diode Pumped Solid State (DPSS) Lasers
• Fibre Lasers
• Tunable Lasers
• Fibre Coupled Laser Sources
• Compact Laser Modules
• Helium Neon Lasers
• Optical Amplifiers
• Aron Ion Lasers
• Nitrogen Lasers
• Nitrogen DPSS & SLM Lasers
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 12 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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations in 2015
two.2) Description
two.2.1) Title
Optical Spectrometers and Cameras
Lot No
2
two.2.2) Additional CPV code(s)
- 33128000 - Medical laser other than for surgery
- 38433000 - Spectrometers
- 38636100 - Lasers
- 38636110 - Industrial lasers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply, installation and commissioning of Optical Spectrometers and Cameras and associated equipment and components.
two.2.5) Award criteria
Quality criterion - Name: Techinical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 12 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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations in 2015
two.2) Description
two.2.1) Title
Particle Image Velocimetry (PIV) Laser and LED Systems
Lot No
3
two.2.2) Additional CPV code(s)
- 38636100 - Lasers
- 38636110 - Industrial lasers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply, installation and commissioning of Particle Image Velocimetry (PIV) systems utilising both Laser or LED light sources and associated components.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 12 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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations in 2015
two.2) Description
two.2.1) Title
Laser Micromachining Systems
Lot No
4
two.2.2) Additional CPV code(s)
- 38636100 - Lasers
- 38636110 - Industrial lasers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply, commissioning and installation of the tools and systems for use in the process of Laser Micromachining plus associated components.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 12 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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations in 2015
two.2) Description
two.2.1) Title
Laser Safety Products and Protective Equipment
Lot No
5
two.2.2) Additional CPV code(s)
- 18142000 - Safety visors
- 33735100 - Protective goggles
- 35113400 - Protective and safety clothing
- 38636100 - Lasers
- 38636110 - Industrial lasers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply, delivery and where necessary, commissioning of Laser Safety Products and Protective Equipment
including, but not limited to the following:
• Laser Safety Eyewear
• Laser Warning Sign and Labels
• Laser Safety Curtains
• Beam Blocks
• ESD Protection
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 12 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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations in 2015
two.2) Description
two.2.1) Title
Optomechanical Equipment and Accessories
Lot No
6
two.2.2) Additional CPV code(s)
- 38636100 - Lasers
- 38636110 - Industrial lasers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply, comissioning and installation of Optomechanical Equipment and Accessories including, but not limited to:
Optical Tables and Workstations, Breadboards and Supports, Optomechanical Components and Assemblies plus Optical Metrology Equipment (wave meters)
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 12 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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations in 2015
two.2) Description
two.2.1) Title
Flow Cytometry Lasers and Associated Equipment
Lot No
7
two.2.2) Additional CPV code(s)
- 38434510 - Cytometers
- 38636100 - Lasers
- 38636110 - Industrial lasers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply, commissioning and installation of Flow Cytometry Lasers and Associated Equipment and Accessories.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 12 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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations in 2015
two.2) Description
two.2.1) Title
Laser Spare Parts and Associated Accessories
Lot No
8
two.2.2) Additional CPV code(s)
- 38636100 - Lasers
- 38636110 - Industrial lasers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply and delivery of laser spare parts and components and associated accessories including, but not limited to associated assemblies, rods and crystals, conversion screens and UV/IR Viewers
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 12 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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations in 2015
two.2) Description
two.2.1) Title
Maintenance, Service and Upgrade of Lasers and Associated Systems
Lot No
9
two.2.2) Additional CPV code(s)
- 38636100 - Lasers
- 38636110 - Industrial lasers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Maintenance, Service and Upgrade of Lasers and Associated Systems including, but not limited to the comprehensive or preventative maintenance of equipment included in this framework agreement which is out with its agreed warranty period including existing equipment located in institutions.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 12 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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations in 2015
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Please refer to Question 4B.5 of the SPD and Economic and Financial Standing section of the Contract Notice. Tenderers must confirm that
they can provide the following supporting evidence prior to award:
Employer's (Compulsory) Liability Insurance = 5 Million GBP
Public Liability Insurance = 5 Million GBP
Product Liability Insurance = 5 Million GBP
To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or
equivalent if awarded to the Framework Agreement.
Alternatively, if the Contractor is unable to provide the required accounting information, e.g. due to being a new business, then they will be
required to provide a banker's letter demonstrating their willingness to the support the Contractor's organisation over the term of the
framework agreement.
Please refer to 4B.6 of the SPD
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
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.
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: 35
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 May 2023
Local time
1:00pm
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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Suppliers should confirm they will be in a position to complete (at point of award) the following:
Appendix A Form of Tender
Appendix B Freedom of Information
Appendix D APUC Sustain Supply Chain Code of Conduct
Appendix G Declaration of Non-involvement in Serious Organised Crime
Appendix H Declaration of Non-involvement in Human Trafficking
Appendix I SCM RP Section 1 - Company Profile
Living Wage Status
Please provide details on your position on the Real Living Wage. This information should be submitted in the Technical envelope. It is for information only and will not be scored.
Prompt Payment
Tenderers must confirm that payment of subcontractors at all stages of the supply chain will be made within a maximum of 30 days and that this will be managed.
This information should be submitted in the Technical envelope. 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 49192. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Sub-Contracting is not a significant part of the overall anticipated contract spend.
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,
graduate placements and supply chain development in the local community.
(SC Ref:727993)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
Viewfield Place
Stirling
FK8 1NH
Telephone
+44 1314428930
Country
United Kingdom