Tender

Veterinary Supplies and Associated Consumables, Equipment and Software

  • APUC LIMITED

F02: Contract notice

Notice identifier: 2023/S 000-029981

Procurement identifier (OCID): ocds-h6vhtk-040b17

Published 11 October 2023, 1:52pm



Section one: Contracting authority

one.1) Name and addresses

APUC LIMITED

Unit 27,Stirling Business Centre, Wellgreen

STIRLING

FK82DZ

Contact

David Benstead

Email

dbenstead@apuc-scot.ac.uk

Telephone

+44 7809536954

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

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