Section one: Contracting authority
one.1) Name and addresses
APUC LIMITED
Unit 27,Stirling Business Centre, Wellgreen
STIRLING
FK82DZ
Contact
Stephen Connor
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
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
Sports and Fitness Equipment
Reference number
SSR 1001 AP
two.1.2) Main CPV code
- 37440000 - Fitness equipments
two.1.3) Type of contract
Supplies
two.1.4) Short description
This framework aims to cover provision of a range of sports and fitness equipment including Cardiovascular, Resistance, Weights and accessories. The Agreement will be open to the members of Advanced Procurement for Universities and Colleges (APUC Limited) as well as the the following bodies and associated members- Scottish Prison Service, NHS National Procurement, Scotland Excel, Scottish Government
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
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
Gym Equipment Cardiovascular and Resistance
Lot No
1
two.2.2) Additional CPV code(s)
- 37420000 - Gymnasium equipment
- 37440000 - Fitness equipments
- 51121000 - Installation services of fitness equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Provision of cardiovascular and resistance gym equipment, including installation and training.
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 10
Quality criterion - Name: Added Value/Innovation / Weighting: 5
Quality criterion - Name: Climate Change and Environmental Management / Weighting: 5
Quality criterion - Name: Quality & Scope of Products / Weighting: 20
Quality criterion - Name: Maintenance and service / Weighting: 10
Quality criterion - Name: Lease/Purchase/Rental Options / Weighting: 10
Price - Weighting: 40
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 Framework Agreement will be an initial period of 2 years. The Authority reserves the right to extend the Framework Agreement for a further 2 x 12 month periods 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) Description
two.2.1) Title
Cycling
Lot No
2
two.2.2) Additional CPV code(s)
- 37420000 - Gymnasium equipment
- 37440000 - Fitness equipments
- 51221000 - Installation services of automatic airport check-in devices
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Provision of Cycling equipment including but not limited to Studio Cycles and Spin Bikes. Including installation and training.
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 10
Quality criterion - Name: Added Value/Innovation / Weighting: 5
Quality criterion - Name: Climate Change and Environmental Management / Weighting: 5
Quality criterion - Name: Quality & Scope of Products / Weighting: 20
Quality criterion - Name: Maintenance and service / Weighting: 10
Quality criterion - Name: Lease/Purchase/Rental Options / Weighting: 10
Price - Weighting: 40
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 Framework Agreement will be an initial period of 2 years. The Authority reserves the right to extend the Framework Agreement for a further 2 x 12 month periods 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) Description
two.2.1) Title
Free Weights
Lot No
3
two.2.2) Additional CPV code(s)
- 37420000 - Gymnasium equipment
- 37440000 - Fitness equipments
- 51121000 - Installation services of fitness equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Provision of Free Weights
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 10
Quality criterion - Name: Added Value/Innovation / Weighting: 5
Quality criterion - Name: Climate Change and Environmental Management / Weighting: 5
Quality criterion - Name: Quality & Scope of Products / Weighting: 20
Quality criterion - Name: Maintenance and service / Weighting: 10
Quality criterion - Name: Lease/Purchase/Rental Options / Weighting: 10
Price - Weighting: 40
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 Framework Agreement will be an initial period of 2 years. The Authority reserves the right to extend the Framework Agreement for a further 2 x 12 month periods 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) Description
two.2.1) Title
Fitness Accessories
Lot No
4
two.2.2) Additional CPV code(s)
- 37420000 - Gymnasium equipment
- 37440000 - Fitness equipments
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Provision of Fitness Accessories including but not limited to Specialist Mats, Fitness Steps Balance Balls etc
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 10
Quality criterion - Name: Added Value/Innovation / Weighting: 5
Quality criterion - Name: Climate Change and Environmental Management / Weighting: 5
Quality criterion - Name: Quality & Scope of Products / Weighting: 30
Quality criterion - Name: Lead times and customer service / Weighting: 10
Price - Weighting: 40
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 Framework Agreement will be an initial period of 2 years. The Authority reserves the right to extend the Framework Agreement for a further 2 x 12 month periods 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) Description
two.2.1) Title
Sports Equipment
Lot No
5
two.2.2) Additional CPV code(s)
- 37420000 - Gymnasium equipment
- 37440000 - Fitness equipments
- 37450000 - Field and court sports equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Provision of Equipment including but not limited to Trampolines, Nets for various sports, Balls for various sports etc
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 10
Quality criterion - Name: Added Value/Innovation / Weighting: 5
Quality criterion - Name: Climate Change and Environmental Management / Weighting: 5
Quality criterion - Name: Quality & Scope of Products / Weighting: 30
Quality criterion - Name: Lead times and customer service / Weighting: 10
Price - Weighting: 40
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 Framework Agreement will be an initial period of 2 years. The Authority reserves the right to extend the Framework Agreement for a further 2 x 12 month periods 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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Tenderers must confirm they can provide the following supporting evidence prior to award:
Employer's (Compulsory) Liability Insurance* = GBP 5 Million
Public Liability Insurance = GBP 5 Million
Product Liability Insurance = GBP 5 Million
Please refer to Part IV Selection Criteria: Questions within 4B.5 of the SPD
The successful tenderer will be required to provide 2 years audited accounts, or equivalent if awarded to the Framework Agreement
Please refer to Part IV Selection Criteria: Questions within 4B.6 of the SPD
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Please refer to question 4C.4 of the SPD - Technicians and Technical Bodies section.
Tenderers must confirm prior to Award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of:
a) Their standard payment terms
b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.
If the Tenderer is unable to confirm (b) they must provide an improvement plan signed by their Director which improves the payment performance
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
SUBMISSION OF MANAGEMENT INFORMATION
Prior to the commencement of the Framework Agreement, the Contractor will provide the Authority with contact details of the Management Information contact who will be provided with a template spreadsheet/reporting schedule along with a username and password for the management information website http://www.ucsp.ac.uk/
Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter by logging into the website and uploading the template document. If there has been no spend for the quarter then this will still require you to log in and record a nil spend return.
Following the beginning of each new academic year the Authority will provide the Contractor with a new template along with the reporting schedule.
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: 30
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
Originally published as:
Date
10 October 2022
Local time
12:00pm
Changed to:
Date
12 October 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) 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
10 October 2022
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: September 2024
six.3) 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.
The following should be submitted prior to award. It is for information only and will not be scored.
Form of Tender
Please confirm that you will be in a position to submit prior to award "Appendix A - Form of Tender" in the Technical Questionnaire in PCS-Tender.
Freedom of Information
Please confirm that you will be in a position to submit prior to award "Appendix B - Freedom of Information" if applicable in the Technical Questionnaire in PCS-Tender.
Sustain Supply Chain Code of Conduct
Please confirm that you will be in a position to submit prior to award "Appendix D - Sustain Supply Chain Code of Conduct" in the Technical Questionnaire in PCS-Tender.
Please confirm that you will be in a position to submit prior to award "Appendix H - Declaration of Non-Involvement in Serious Organised Crime" in the Technical Questionnaire in PCS-Tender.
Please confirm that you will be in a position to submit prior to award "Appendix I - Declaration of Non Involvement in Human Trafficking " in the Technical Questionnaire in PCS-Tender.
Please confirm that you will be in a position to submit prior to award SCM RP Section 1/Appendix J
For Information only
List of Institutions - Appendix E
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22212. 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:
It is a requirement that the range of services to be delivered under this framework agreement will be delivered by each of the main contractors.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22212. 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:
It is a requirement that the range of services to be delivered under this framework agreement will be delivered by each of the main contractors.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Community Benefits clause will not be included as part of this agreement due to the nature of goods being procured.
(SC Ref:705030)
six.4) Procedures for review
six.4.1) Review body
Stirling Sheriff Court and Justice of the Peace Court
Stirling
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.