Tender

Automatic Doors and Roller Shutters

  • APUC LIMITED

F02: Contract notice

Notice identifier: 2023/S 000-028154

Procurement identifier (OCID): ocds-h6vhtk-040345

Published 25 September 2023, 11:09am



The closing date and time has been changed to:

1 November 2023, 11:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

APUC LIMITED

Unit 27,Stirling Business Centre, Wellgreen

STIRLING

FK82DZ

Contact

Vicky Shanley

Email

vshanley@apuc-scot.ac.uk

Telephone

+44 1314428964

Country

United Kingdom

Region code

UKM77 - Perth & Kinross and Stirling

Companies House

SC314764

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

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