Opportunity

Franking Machines & Consumables

  • APUC LIMITED

F02: Contract notice

Notice reference: 2021/S 000-019485

Published 11 August 2021, 3:12pm



The closing date and time has been changed to:

9 September 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

APUC LIMITED

Unit 27,Stirling Business Centre, Wellgreen

STIRLING

FK82DZ

Contact

Alice Ng

Email

ang@apuc-scot.ac.uk

Telephone

+44 1314428930

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

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

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

Internet address

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