Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Electrical Sundries

  • First published: 01 December 2024
  • Last modified: 01 December 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04c01e
Published by:
APUC Limited
Authority ID:
AA20142
Publication date:
01 December 2024
Deadline date:
06 January 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority is seeking Contractor(s) for the provision of electrical sundries products for all HE/FE institutions.

The Authority are seeking to obtain, through this tendering process, price normalisation for all Institutions - regardless of size and demand.

The Authority is seeking to appoint 4 contractors to this Framework Agreement.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

APUC Limited

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

UK

Contact person: Josh O'Pray

Telephone: +44 1315737699

E-mail: jopray@apuc-scot.ac.uk

NUTS: UKM

Internet address(es)

Main address: http://www.apuc-scot.ac.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Other: Education

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Electrical Sundries

Reference number: EFM1061 AP

II.1.2) Main CPV code

31680000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Authority is seeking Contractor(s) for the provision of electrical sundries products for all HE/FE institutions.

The Authority are seeking to obtain, through this tendering process, price normalisation for all Institutions - regardless of size and demand.

The Authority is seeking to appoint 4 contractors to this Framework Agreement.

II.1.5) Estimated total value

Value excluding VAT: 14 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31000000

31500000

31527260

31530000

31440000

31150000

31300000

31532910

31531000

31681000

31681400

31510000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The Authority is seeking to appoint contactors capable of providing an extensive range of electrical sundries products to the Higher Education(HE) and Further Education(FE) institutions of Scotland and other organisations as detailed at https://www.apuc-scot.ac.uk/?#!/members

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

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 14 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement will run for an initial period of 24 months and may be extended for a further 24 month period, after which it will be re-tendered.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

With reference to 4B.5 of the SPD in the qualification questionnaire, bidders must confirm they can provide the following supporting evidence prior to award:

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP

Public Liability Insurance = 5 000 000 GBP

Product Liability Insurance = 5 000 000 GBP

With reference to 4B.6 of the SPD in the qualification questionnaire, bidders must confirm they can provide the following supporting evidence prior to award:

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 them of the Framework Agreement.

Please refer to section 4B.6 of the SPD.

III.1.3) Technical and professional ability

Minimum level(s) of standards 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.

III.2) Conditions related to the contract

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 4

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 06/01/2025

Local time: 13:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 06/01/2025

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The Framework Agreement will run for an initial period of 24 months and may be extended for a further 24 month period, after which it will be re-tendered.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Form of Tender

Tenderers must sign Form of Tender - Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.

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. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.

Sustain Supply Chain Code of Conduct

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.

List Of Institutions

Tenderers must complete and return Appendix E - List of Institutions to confirm their ability to service the required coverage levels. Tenderers must be able to provide delivery services to 75% of institutions listed in Appendix E - List of Institutions.

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. 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.

Serious Organised Crime

Please complete “Appendix H – Declaration of Non-Involvement in Serious Organised Crime” in the Technical Questionnaire. 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 & Labour Exploitation

Please complete “Appendix I – Declaration of Non-Involvement in Human Trafficking & Labour Exploitation” in the Technical Questionnaire. Tenderers must complete the Declaration of Non-Involvement in Human Trafficking & labour Exploitation. 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.

SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1

Please complete “Appendix J – SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1” in the Technical Questionnaire. 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 in PCS-T. It is for information only and will not be scored.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28072. 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:

The nature of this Framework Agreement does not align to the requirement to include a sub-contract clause

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 and investment in the local community.

(SC Ref:783285)

VI.4) Procedures for review

VI.4.1) Review body

Stirling Sheriff Court

Sheriff Court House, Viewfield Place

Stirling

FK8 1NH

UK

E-mail: enquiries@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/stirling-sheriff-court-and-justice-of-the-peace-court/

VI.5) Date of dispatch of this notice

26/11/2024

Coding

Commodity categories

ID Title Parent category
31150000 Ballasts for discharge lamps or tubes Electric motors, generators and transformers
31440000 Batteries Accumulators, primary cells and primary batteries
31510000 Electric filament lamps Lighting equipment and electric lamps
31681000 Electrical accessories Electrical supplies and accessories
31681400 Electrical components Electrical accessories
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
31680000 Electrical supplies and accessories Electrical equipment and apparatus
31532910 Fluorescent tubes Parts of lamps and light fittings
31300000 Insulated wire and cable Electrical machinery, apparatus, equipment and consumables; lighting
31531000 Light bulbs Parts of lamps and lighting equipment
31500000 Lighting equipment and electric lamps Electrical machinery, apparatus, equipment and consumables; lighting
31527260 Lighting systems Spotlights
31530000 Parts of lamps and lighting equipment Lighting equipment and electric lamps

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jopray@apuc-scot.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.