- Scope of the procurement
- Lot 1. Veterinary Pharmaceuticals - Manufacturers
- Lot 2. Veterinary Pharmaceuticals - Wholesalers
- Lot 3. Human Pharmaceuticals for Veterinary Use
- Lot 4. Veterinary Pharmaceutical Specials
- Lot 5. Veterinary Consumables
- Lot 6. Equine Farming and Large Animal Equipment
- Lot 7. General Type Veterinary Equipment
- Lot 8. Veterinary imaging Systems
- Lot 9. Veterinary Related Software
Section one: Contracting authority
one.1) Name and addresses
APUC LIMITED
Unit 27,Stirling Business Centre, Wellgreen
STIRLING
FK82DZ
Contact
David Benstead
Telephone
+44 7809536954
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
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Veterinary Supplies and Associated Consumables, Equipment and Software
Reference number
LAB1030 AP
two.1.2) Main CPV code
- 33651690 - Vaccines for veterinary medicine
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Authority are seeking Contractor(s) for the provision of Veterinary Supplies and Associated Consumables, Equipment and Software to be utilised primarily in the various Veterinary schools of the UK and in the wider Higher and Further Education sectors.
The Authority are seeking to, through this tendering process, minimise the resource required to complete purchases for Veterinary Supplies and Associated Consumables, Equipment and Software.
A maximum of up to 15 Contractors will be appointed to each lot on this Framework Agreement.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
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
Veterinary Pharmaceuticals - Manufacturers
Lot No
1
two.2.2) Additional CPV code(s)
- 33651690 - Vaccines for veterinary medicine
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This would include, but not be limited to the supply of pharmaceutical products licensed for use in animals supplied via Licensed Manufacturers
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
36
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 12 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 in 2015
two.2) Description
two.2.1) Title
Veterinary Pharmaceuticals - Wholesalers
Lot No
2
two.2.2) Additional CPV code(s)
- 03140000 - Animal products and related products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This would include, but not be limited to the supply of pharmaceutical products licensed for use in animals supplied via Licensed Wholesalers
two.2.5) Award criteria
Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 12 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 in 2015
two.2) Description
two.2.1) Title
Human Pharmaceuticals for Veterinary Use
Lot No
3
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This would include, but not be limited to the supply of human crossover pharmaceutical products for use in the treatment of animals.
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
36
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 12 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 in 2015
two.2) Description
two.2.1) Title
Veterinary Pharmaceutical Specials
Lot No
4
two.2.2) Additional CPV code(s)
- 33651690 - Vaccines for veterinary medicine
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This would include, but not be limited to the supply of laboratory consumables, surgery consumables and oncology consumables,
veterinary, PPE, hygiene, and cleaning products.
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
36
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 12 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 in 2015
two.2) Description
two.2.1) Title
Veterinary Consumables
Lot No
5
two.2.2) Additional CPV code(s)
- 03140000 - Animal products and related products
- LA55 - For veterinary use
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply of Veterinary Consumables including, but not be limited to laboratory consumables, surgery consumables and oncology
consumables, veterinary, PPE, hygiene, and cleaning products.
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
36
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 12 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 in 2015
two.2) Description
two.2.1) Title
Equine Farming and Large Animal Equipment
Lot No
6
two.2.2) Additional CPV code(s)
- 03000000 - Agricultural, farming, fishing, forestry and related products
- LA55 - For veterinary use
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply of Equine and Large Animal Equipment, including but not limited to, stabling equipment, feeding products (troughs and
buckets), fencing, bedding.
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
36
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 12 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 in 2015
two.2) Description
two.2.1) Title
General Type Veterinary Equipment
Lot No
7
two.2.2) Additional CPV code(s)
- 03142000 - Animal products
- 03144000 - Agricultural supplies
- LA55 - For veterinary use
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply of General Type Veterinary Equipment including, but not limited to anaesthesia equipment, infusion equipment, dental
equipment, plus other small animal pet equipment such as housing, beds, toys and other accessories.
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
36
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 12 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 in 2015
two.2) Description
two.2.1) Title
Veterinary imaging Systems
Lot No
8
two.2.2) Additional CPV code(s)
- 33110000 - Imaging equipment for medical, dental and veterinary use
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply of Veterinary Imaging Equipment including, but not limited to X-Ray, CT Scanner, Ultrasound (general and cardiac), and
fluoroscopy (please note that large capital equipment purchases such as MRI Scanners and Spectrometers will not be supplied via this framework and will be covered by the NWUPC HVLE framework LAB3162 NW).
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
36
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 12 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 in 2015
two.2) Description
two.2.1) Title
Veterinary Related Software
Lot No
9
two.2.2) Additional CPV code(s)
- 48100000 - Industry specific software package
- LA55 - For veterinary use
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This would include, but not be limited to, Veterinary Practice Software and associated veterinary software products
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
36
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 12 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 in 2015
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Please refer to Question 4B.5 of the SPD and Economic and Financial Standing section of the Contract Notice. Tenderers must confirm that
they can provide the following supporting evidence prior to award:
Employer's (Compulsory) Liability Insurance = 5 Million GBP
Public Liability Insurance = 5 Million GBP
Product Liability Insurance = 5 Million GBP
Tenderers bidding for LOT 9 ONLY must also confirm that they can provide the following supporting evidence prior to award::
Professional Liability=2 Million GBP aggregate
Cyber and Data Insurance
To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or
equivalent if awarded to the Framework Agreement.
Alternatively, if the Contractor is unable to provide the required accounting information, e.g. due to being a new business, then they will be
required to provide a banker's letter demonstrating their willingness to the support the Contractor's organisation over the term of the
framework agreement.
Please refer to 4B.6 of the SPD
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
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.
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: 15
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
10 November 2023
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
11 November 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
Suppliers should confirm they will be in a position to complete (at point of award) the following:
Appendix A Form of Tender
Appendix B Freedom of Information
Appendix D APUC Sustain Supply Chain Code of Conduct
Appendix G GDPR Contractor Assessment Form (required for Lot 9 Only)
Appendix H Declaration of Non-involvement in Serious Organised Crime
Appendix I Declaration of Non-involvement in Human Trafficking
Appendix J SCM RP Section 1 - Company Profile
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.
Prompt Payment
Tenderers must confirm that payment of subcontractors at all stages of the supply chain will be made within a maximum of 30 days and
that this will be managed.
Acceptance of Standard Terms and Conditions
Tenderers must confirm that they will accept the Standard Terms and Conditions as set out in Appendix C APUC Template on Framework
Agreement Terms and Conditions. Tenderers wishing to propose an amendment to the Terms and Conditions may do so by attaching the
amendment to the appropriate section in PCS-T. The Authority will review and consider the amendments but do not have to accept any
amendments proposed.
This information should be submitted in the Technical envelope. 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 ITT exercise. The Project code is 51692. 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:
Sub-Contracting is not a significant part of the overall anticipated contract spend.
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 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,
graduate placements and supply chain development 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