Section one: Contracting authority
one.1) Name and addresses
APUC LIMITED
Unit 27,Stirling Business Centre, Wellgreen
STIRLING
FK82DZ
Contact
Alice Ng
Telephone
+44 1314428930
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
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/
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
Franking Machines & Consumables
Reference number
PMR1003 AP
two.1.2) Main CPV code
- 30144100 - Postage-franking machines
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Authority is seeking to appoint Contractor(s) for the supply, delivery and maintenance, via lease and purchase arrangements, of
Franking Machines, associated products and services including installation and configuration of equipment and provision of consumables to the further education / higher education (FE/HE) sector (UK wide) and the wider Public Sector (Scotland) as listed within Appendix E of the ITT.
two.1.5) Estimated total value
Value excluding VAT: £23,546,984
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30144100 - Postage-franking machines
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various locations across Scottish Mainland and Islands, Northern Ireland, England and Wales.
two.2.4) Description of the procurement
The Authority is seeking to appoint Contractor(s) for the supply, delivery and maintenance, via lease and purchase arrangements, of Franking Machines, associated products and services including installation and configuration of equipment and provision of consumables to the further education / higher education (FE/HE) sector (UK wide) and the wider Public Sector (Scotland) as listed within Appendix E of the ITT.
Please note the Framework Value quoted includes 'pass through' costs including postage costs set by Royal Mail. The actual estimated spend for the total potential Framework Agreement period excluding these costs is 4,709,396 GBP.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £23,546,984
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 further period 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.2.14) 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 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
With reference to question 4B.5 of the SPD in the qualification questionnaire, bidders must confirm they can provide the following
supporting evidence prior to award:
Employers (Compulsory) Liability Insurance = 5 000 000 GBP
Public & Product Liability Insurance = 5 000 000 GBP
With reference to question 4B.6 of the SPD in the qualification questionnaire, bidders must provide 2 years audited accounts, or equivalent if awarded the Framework Agreement to demonstrate financial stability. Alternatively if the contractor is unable to provide the required accounting information 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.
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: 4
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 147-392700
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
30 August 2021
Local time
12:00pm
Changed to:
Date
9 September 2021
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
30 August 2021
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 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.
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.
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 Supply Chain Code of Conduct prior to award to assist in achieving its objectives.
Declaration of Non-Involvement in Serious Organised Crime
Tenderers must sign the Declaration of Non-Involvement in Serious Organised Crime - Appendix G prior to award to confirm that their Tender Response is a complete, true and accurate submission.
Declaration of Non-Involvement in Human Trafficking & Labour Exploitation
Tenderers must sign the Declaration of Non-Involvement in Human Trafficking & Labour Exploitation - Appendix H prior to award to confirm that their Tender Response is a complete, true and accurate submission.
Supply Chain Evaluation Tool: Section 1
Please complete "Appendix I - Supply Chain Evaluation Tool: Section 1" in the Technical Questionnaire in PCS-Tender.
Tenderers must complete the 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.
six.4) Procedures for review
six.4.1) Review body
Stirling Sheriff Court and Justice of the Peace Court
Sheriff Court House, Viewfield Place
Stirling
FK8 1NH
Telephone
+44 1786462191
Country
United Kingdom