Tender

3D Printers, 3D Scanners and Associated Equipment

  • APUC LIMITED

F02: Contract notice

Notice identifier: 2021/S 000-024581

Procurement identifier (OCID): ocds-h6vhtk-02e772

Published 4 October 2021, 12:11pm



Section one: Contracting authority

one.1) Name and addresses

APUC LIMITED

Unit 27, Stirling Business Centre, Wellgreen

STIRLING

FK82DZ

Contact

Craig Martin

Email

cmartin@apuc-scot.ac.uk

Telephone

+44 7508380492

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

https://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/

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

3D Printers, 3D Scanners and Associated Equipment

Reference number

LAB1023 AP

two.1.2) Main CPV code

  • 42962000 - Printing and graphics equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Authority is seeking Contractor(s) for a Dynamic Purchasing System which will be used to procure 3D Printers, 3D Scanners, Associated Equipment and Services by the UK Universities and Colleges. For the avoidance of doubt, all equipment and services will come with a warranty for which the exact terms will be determined by an Institution at mini competition stage.

two.1.5) Estimated total value

Value excluding VAT: £80,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42664100 - Fusion equipment for plastics
  • 42960000 - Command and control system, printing, graphics, office automation and information-processing equipment
  • 42991200 - Printing machinery

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Authority is seeking Contractor(s) for a Dynamic Purchasing System which will be used to procure 3D Printers, 3D Scanners, Associated Equipment and Services by the UK Universities and Colleges. For the avoidance of doubt, all equipment and services will come with a warranty for which the exact terms will be determined by an Institution at mini competition stage.

Types of 3D Printers, 3D Scanners, Associated Equipment and Services that are required to be procured through the Dynamic Purchasing System, including, but not limited to:

Stereolithography printers, accessories, materials, software and support/servicing

Fused Deposition Modelling printers, accessories, materials, software and support/servicing

Selective Laser Sintering printers, accessories, materials, software and support/servicing

PolyJet printers, accessories, materials, software and support/servicing

Digital Light Processing printers, accessories, materials, software and support/servicing

Multi Jet Fusion printers, accessories, materials, software and support/ servicing

Direct Metal Laser Sintering printers, accessories, materials, software and support/servicing.

Electron Beam Melting printers, accessories, materials, software, and support/servicing

3D Scanners including optical scanners, structured light scanners, laser scanners and LIDAR, as well as accessories, software and support/servicing.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £80,000,000

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 Dynamic Purchasing System for a further 2 years subject to satisfactory performance and continued Institution requirements.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The procurement is related to a project and/or programme financed by European Union Funds.

Individual call-off contracts under this Dynamic Purchasing System may be financed by European Union Funds.

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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

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 and 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

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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

3 November 2021

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 F 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 G 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 H - 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.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 19777. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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 consider what community benefits can be delivered through this Dynamic Purchasing System. This will include, whenever feasible, ensuring that any Institution undertaking a call-off can capture community benefits.

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