- Scope of the procurement
- Lot 1. Scotland: Grampians, Central, and South
- Lot 2. Scotland: Highlands and Islands
- Lot 3. North West (including North England, Northern Ireland and North Wales)
- Lot 4. North East England
- Lot 5. Greater London Area
- Lot 6. South West (including South West England and South Wales)
- Lot 7. South East England
Section one: Contracting authority
one.1) Name and addresses
APUC LIMITED
Unit 27,Stirling Business Centre, Wellgreen
STIRLING
FK82DZ
Contact
Vicky Shanley
Telephone
+44 1314428964
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
Automatic Doors and Roller Shutters
Reference number
EFM1060 AP
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The maintenance, servicing, repair, inspection, supply, and installation of automatic
and roller shutter doors, along with associated equipment, will be provided to
Higher Education (HE) Institutions across the UK and Further Education (FE)
institutions in Scotland. This includes all members, associate members, and their
associated and affiliated bodies of:
APUC Ltd (Advanced Procurement Universities and Colleges)
HEPCW (Higher Education Procurement Consortia Wales)
LUPC (London Universities Purchasing Consortium)
NEUPC (North East Universities Purchasing Consortium)
NWUPC (North West Universities Purchasing Consortium)
SUPC (Southern Universities Purchasing Consortium)
A detailed list of institutions can be found in Appendix E
two.1.5) Estimated total value
Value excluding VAT: £3,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
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.
two.2) Description
two.2.1) Title
Scotland: Grampians, Central, and South
Lot No
1
two.2.2) Additional CPV code(s)
- 44221200 - Doors
- 44221230 - Sliding doors
- 44221240 - Garage doors
two.2.3) Place of performance
NUTS codes
- UKM5 - North Eastern Scotland
- UKM7 - Eastern Scotland
- UKM8 - West Central Scotland
- UKM9 - Southern Scotland
Main site or place of performance
Scotland: Grampians, Central, and South
two.2.4) Description of the procurement
The purpose of this lot is to provide maintenance, servicing, repair, inspection
services and supply and installation services for automatic doors and roller
shutter doors, as well as associated equipment. This applies to all institutions
within Grampian, Central and South Scotland, including their associated and
affiliated bodies. Institutions covered by this lot are detailed in Appendix E -
List of Institutions under Lot 1.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
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
period of 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.
two.2) Description
two.2.1) Title
Scotland: Highlands and Islands
Lot No
2
two.2.2) Additional CPV code(s)
- 44221200 - Doors
- 44221230 - Sliding doors
- 44221240 - Garage doors
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
Main site or place of performance
Scotland: Highlands and Islands
two.2.4) Description of the procurement
The purpose of this lot is to provide maintenance, servicing, repair, inspection
services and supply and installation services for automatic doors and roller
shutter doors, as well as associated equipment. This applies to all institutions
within the Scottish Highlands and Islands, including their associated and
affiliated bodies. Institutions covered by this lot are detailed in Appendix E -
List of Institutions under Lot 2.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
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
period of 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
two.2) Description
two.2.1) Title
North West (including North England, Northern Ireland and North Wales)
Lot No
3
two.2.2) Additional CPV code(s)
- 44221200 - Doors
- 44221230 - Sliding doors
- 44221240 - Garage doors
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
- UKG - West Midlands (England)
- UKL - Wales
- UKN - Northern Ireland
Main site or place of performance
North West (including North England, Northern Ireland and North Wales)
two.2.4) Description of the procurement
The purpose of this lot is to provide maintenance, servicing, repair, inspection
services and supply and installation services for automatic doors and roller
shutter doors, as well as associated equipment. This applies to all institutions
within North West (including North England, Northern Ireland and North
Wales), including their associated and affiliated bodies. Institutions covered by
this lot are detailed in Appendix E - List of Institutions under Lot 3.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
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
period of 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.
two.2) Description
two.2.1) Title
North East England
Lot No
4
two.2.2) Additional CPV code(s)
- 44221200 - Doors
- 44221230 - Sliding doors
- 44221240 - Garage doors
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
Main site or place of performance
North East England
two.2.4) Description of the procurement
The purpose of this lot is to provide maintenance, servicing, repair, inspection
services and supply and installation services for automatic doors and roller
shutter doors, as well as associated equipment. This applies to all institutions
within the North East England, including their associated and affiliated bodies.
Institutions covered by this lot are detailed in Appendix E - List of Institutions
under Lot 4.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
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
period of 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.
two.2) Description
two.2.1) Title
Greater London Area
Lot No
5
two.2.2) Additional CPV code(s)
- 44221200 - Doors
- 44221230 - Sliding doors
- 44221240 - Garage doors
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Greater London Area
two.2.4) Description of the procurement
The purpose of this lot is to provide maintenance, servicing, repair, inspection
services and supply and installation services for automatic doors and roller
shutter doors, as well as associated equipment. This applies to all institutions
within the Greater London Area, including their associated and affiliated
bodies. Institutions covered by this lot are detailed in Appendix E - List of
Institutions under Lot 5.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
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
period of 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.
two.2) Description
two.2.1) Title
South West (including South West England and South Wales)
Lot No
6
two.2.2) Additional CPV code(s)
- 44221200 - Doors
- 44221230 - Sliding doors
- 44221240 - Garage doors
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
- UKL - Wales
Main site or place of performance
South West (including South West England and South Wales)
two.2.4) Description of the procurement
The purpose of this lot is to provide maintenance, servicing, repair, inspection
services and supply and installation services for automatic doors and roller
shutter doors, as well as associated equipment. This applies to all institutions
within the South West (including South West England and South Wales),
including their associated and affiliated bodies. Institutions covered by this lot
are detailed in Appendix E - List of Institutions under Lot 6
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
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
period of 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
two.2) Description
two.2.1) Title
South East England
Lot No
7
two.2.2) Additional CPV code(s)
- 44221200 - Doors
- 44221230 - Sliding doors
- 44221240 - Garage doors
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKJ - South East (England)
Main site or place of performance
South East England
two.2.4) Description of the procurement
The purpose of this lot is to provide maintenance, servicing, repair, inspection
services and supply and installation services for automatic doors and roller
shutter doors, as well as associated equipment. This applies to all institutions
within the South East England, including their associated and affiliated bodies.
Institutions covered by this lot are detailed in Appendix E - List of Institutions
under Lot 7.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
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
period of 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
List and brief description of selection criteria
Minimum level(s) of standards required:
Please refer to question 4B.5 of the SPD and Economic and Financial standing
section of the Contract Notice.
Tenderers must confirm they can provide the following supporting evidence prior to
award:
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP
Product Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
To demonstrate and evidence suitable economic standing, successful Contractors
will be required to provide 2 years audited accounts, or
equivalent if awarded the Framework Agreement.
Alternatively, if the Contractor is unable to provide the required accounting information, e.g. a new business without the required accounts, 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.
Please refer to 4B.6 of the SPD
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers must confirm they have (or have access to) the relevant supply chain
management and tracking systems to ensure a resilient and
sustainable supply chain. This includes confirmation that they have the systems in
place to pay subcontractors through the supply chain
promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the
payment is presented) and effectively, and provide
evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the
terms of contract) in the last financial year
If the bidder 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
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: 42
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
23 October 2023
Local time
11:00am
Changed to:
Date
1 November 2023
Local time
11:00am
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
23 October 2023
Local time
12:00pm
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.
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 Sustain Supply Chain
Code of Conduct prior to award to assist in achieving its objectives.
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.
SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1
Please complete "Appendix H - SCM RP: Section 1" in the Technical Questionnaire in
PCS-Tender. Tenderers must complete the SCM
Responsible Procurement 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.
Living Wage Status
Please provide details on your position on the Real Living Wage. This information should
be submitted in the Technical envelope. It is for information only and will not be scored.
Serious Organised Crime
Please complete "Appendix F - Declaration of Non-Involvement in Serious Organised
Crime" in the Technical Questionnaire in PCS-Tender. Tenderers must complete the
Declaration of Non-Involvement in Serious Organised Crime. It is for information only
and will not be scored but it is a requirement of this tender and will be included in the
assessment of tender responses and in contractual terms.
Human Trafficking and Labour Exploitation
Please complete "Appendix G - Declaration of Non Involvement in Human Trafficking" in
the Technical Questionnaire in PCS-Tender. Tenderers must complete the Declaration of
Non Involvement in Human Trafficking. It is for information only and will not be scored
but it is a requirement of this tender and will be included in the assessment of tender
responses and in contractual terms.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25124.
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-inprocurement/
A summary of the expected community benefits has been provided as follows:
The Contractor will work with the Authority to deliver Community Benefits or social
value where they are identifiable throughout the term
of the Framework Agreement. Examples of Community Benefits or social value are
providing training opportunities to staff and students,
apprenticeships and investment in the local community.
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
Viewfield Place
Stirling
FK8 1NH
Country
United Kingdom