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: Andy Anderson
Telephone: +44 1314428931
E-mail: aanderson@apuc-scot.ac.uk
NUTS: UKM77
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
Sustainable Furniture
Reference number: FFE1017 AP
II.1.2) Main CPV code
39100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Authority is seeking to appoint Contractor(s) capable of providing sustainable solutions for the supply, delivery and installation of Furniture to the higher education (HE) institutions and further education (FE)institutions of Scotland, to institutions throughout Scotland, and Skills Development Scotland and other organisations as detailed at https://www.apuc-scot.ac.uk/#!/members.
This will include encouraging and facilitating re-use via repair and refurbishment of existing products as well as offering a re-use of redundant furniture by other parties and other circular economy solutions aimed at extending the life of products and reducing the associated embedded carbon impact.
The Framework Agreement is split in to four specific product lots:
Lot 1: Workplace and Learning Environment Furniture
Lot 2a: Beds and Mattresses
Lot 2b: Residential Furniture
Lot 3 Circular Economy Solutions
II.1.5) Estimated total value
Value excluding VAT:
38 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 Workplace and Learning Environment Furniture
II.2.2) Additional CPV code(s)
39130000
39100000
39156000
39155000
39153000
39110000
39120000
39162000
39151000
39151300
44421720
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various sites through Scotland (Mainland and Islands)
II.2.4) Description of the procurement
The Authority is seeking to appoint Contractor(s) capable of providing sustainable solutions for the supply, delivery and installation of Workplace & Learning Environment furniture to the Higher Education (HE) institutions and Further Education (FE) institutions of Scotland, Skills Development Scotland and other organisations as detailed at https://www.apuc-scot.ac.uk/#!/members. This will include encouraging and facilitating re-use via repair and refurbishment of existing products as well as offering a re-use of redundant furniture by other parties and other circular economy solutions aimed at extending the life of products and reducing the associated embedded carbon impact.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
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
II.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.
Lot No: 2
II.2.1) Title
Lot 2A Beds and Mattresses
II.2.2) Additional CPV code(s)
50850000
39143112
39512300
39143110
39143111
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various sites through Scotland (Mainland and Islands)
II.2.4) Description of the procurement
The Authority is seeking to appoint Contractor(s) capable of providing sustainable solutions for the supply, delivery and installation of Beds and Mattresses to the Higher Education (HE) institutions and Further Education (FE) institutions of Scotland, Skills Development Scotland and other organisations as detailed at https://www.apuc-scot.ac.uk/#!/members. This will include encouraging and facilitating re-use via repair and refurbishment of existing products as well as offering a re-use of redundant furniture by other parties and other circular economy solutions aimed at extending the life of products and reducing the associated embedded carbon impact.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
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
II.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.
Lot No: 3
II.2.1) Title
Lot 2B Residential Furniture
II.2.2) Additional CPV code(s)
39151000
39143100
50850000
39100000
39143300
39143110
39143000
39140000
39151300
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various sites through Scotland (Mainland and Islands)
II.2.4) Description of the procurement
The Authority is seeking to appoint Contractor(s) capable of providing sustainable solutions for the supply, delivery and installation of Residential Furniture to the Higher Education (HE) institutions and Further Education (FE) institutions of Scotland, Skills Development Scotland and other organisations as detailed at https://www.apuc-scot.ac.uk/#!/members. This will include encouraging and facilitating re-use via repair and refurbishment of existing products as well as offering a re-use of redundant furniture by other parties and other circular economy solutions aimed at extending the life of products and reducing the associated embedded carbon impact.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
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
II.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
Lot No: 4
II.2.1) Title
Lot 3 Circular Economy Solutions
II.2.2) Additional CPV code(s)
39100000
50850000
39130000
39151300
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various sites through Scotland (Mainland and Islands)
II.2.4) Description of the procurement
The Authority is seeking to appoint Contractor(s) capable of providing sustainable circular economy driven solutions for the supply, delivery and installation of Residential Furniture to the Higher Education (HE) institutions and Further Education (FE) institutions of Scotland, Skills Development Scotland and other organisations as detailed at https://www.apuc-scot.ac.uk/#!/members. This will include encouraging and facilitating institutions in furthering the life of existing products through repair and refurbishment, expand re-use opportunities for existing and redundant furniture as well as introducing wider opportunities for consideration of pre-owned products as well as offering a re-use of redundant furniture by other parties and other circular economy solutions aimed at reducing the associated embedded carbon impact.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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
II.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 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 ESPD 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 ESPD 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.
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: 30
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:
14/08/2024
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
14/08/2024
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.
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 PSC-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 27072. 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:
N/A
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:771202)
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/the-courts/court-locations/stirling-sheriff-court-and-justice-of-the-peace-court
VI.5) Date of dispatch of this notice
10/07/2024