Section one: Contracting authority
one.1) Name and addresses
APUC LIMITED
Unit 27, Stirling Business Centre, Wellgreen
STIRLING
FK82DZ
Contact
Craig Martin
Telephone
+44 7508380492
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
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
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