Tender

Sports and Fitness Equipment

  • APUC LIMITED

F02: Contract notice

Notice identifier: 2022/S 000-024784

Procurement identifier (OCID): ocds-h6vhtk-0365c1

Published 5 September 2022, 11:41am



The closing date and time has been changed to:

12 October 2022, 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

Stephen Connor

Email

sconnor@apuc-scot.ac.uk

Country

United Kingdom

Region code

UKM77 - Perth & Kinross and Stirling

Companies House

SC314764

Internet address(es)

Main address

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

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.