Contract notice
Section I: Contracting
authority
I.1) Name and addresses
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
UK
Telephone: +44 1314428930
E-mail: pjackson@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/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Library Services Platform(s) and Associated Services
Reference number: ITS1062 AP
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
Framework for Library Services Platform(s) and Associated Services for Universities and Colleges
in Scotland including provision of all software and any associated licensing. Potential Services include, but are not limited to: System Implementation; Migration Support; Support and Maintenance; Hosting.
Required solutions should have the capability to operate effectively across multi-campus environments. The framework agreement includes:
Lot1 - Library Services Platform(s) and Lot2 - Resource and Reading List Management Systems.
The agreement will be open to the members of Advanced Procurement for Universities and Colleges (APUC Limited) and other UK procurement consortia as listed further below.
II.1.5) Estimated total value
Value excluding VAT:
27 000 000.00
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
Library Services Platform(s)
II.2.2) Additional CPV code(s)
72260000
72261000
48000000
48611000
48190000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom including: Scotland, England, Wales and Northern Ireland.
II.2.4) Description of the procurement
Framework for Library Services Platform(s) and Associated Services for Universities and Colleges in Scotland and the UK.
Lot 1, Library Services Platform(s)including provision of all software and any associated licensing and subscription. Potential Services include, but are not limited to:
System Implementation; Migration Support; Support and Maintenance; Hosting.
Required solutions should have the capability to operate effectively across multi-campus environments.
This framework agreement is available to participation from Full and Associate Members, and future members, within the UK higher education purchasing consortia as follows:
Advanced Procurement Universities and Colleges (APUC Ltd) and associated members listed in Appendix E1.
http://www.apuc-scot.ac.uk/#!/members
Southern Universities Purchasing Consortium (SUPC);
https://www.supc.ac.uk/about-us/our-members/our-members
London Universities Purchasing Consortium (LUPC);
https://www.lupc.ac.uk/member-list
North Eastern Universities Purchasing Consortium (NEUPC);
https://www.neupc.ac.uk/our-members
North Western Universities Purchasing Consortium (NWUPC);
https://www.nwupc.ac.uk/our-members
Higher Education Purchasing Consortium, Wales (HEPCW)
https://www.hepcw.ac.uk/members/
Crescent Purchasing Consortium (CPC)
https://www.thecpc.ac.uk/members
Scottish Confederation of University Research Libraries (SCURL)
https://www.scurl.ac.uk/about-members
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Delivery
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
21 000 000.00
GBP
II.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:
Two further extension periods of up to twelve months each.
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
Lot No: 2
II.2.1) Title
Resource and Reading List Systems
II.2.2) Additional CPV code(s)
72260000
72261000
48000000
48611000
48190000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom: Scotland, England, Wales and Northern Ireland.
II.2.4) Description of the procurement
Framework for Library Services Platform(s) and Associated Services for Universities and Colleges in Scotland and the UK.
Lot 2, Resource and Reading List Systems including: provision of all software and any associated licensing and subscription. Potential Services include, but are not limited to:
System Implementation; Migration Support; Support and Maintenance; Hosting.
Required solutions should have the capability to operate effectively across multi-campus environments.
This framework agreement is available to participation from Full and Associate Members, and future members, within the UK higher education purchasing consortia as follows:
Advanced Procurement Universities and Colleges (APUC Ltd) and associated members listed in Appendix E1.
http://www.apuc-scot.ac.uk/#!/members
Southern Universities Purchasing Consortium (SUPC);
https://www.supc.ac.uk/about-us/our-members/our-members
London Universities Purchasing Consortium (LUPC);
https://www.lupc.ac.uk/member-list
North Eastern Universities Purchasing Consortium (NEUPC);
https://www.neupc.ac.uk/our-members
North Western Universities Purchasing Consortium (NWUPC);
https://www.nwupc.ac.uk/our-members
Higher Education Purchasing Consortium, Wales (HEPCW)
https://www.hepcw.ac.uk/members/
Crescent Purchasing Consortium (CPC)
https://www.thecpc.ac.uk/members
Scottish Confederation of University Research Libraries (SCURL)
https://www.scurl.ac.uk/about-members
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Delivery
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
6 000 000.00
GBP
II.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:
Two periods of up to twelve months each.
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
List and brief description of selection criteria:
The Single Procurement Document (SPD) Section 4B refers.
Minimum level(s) of standards required:
Section 4B.5 specifies the minimum levels of insurance which are as follows:
Employer's (Compulsory) Liability Insurance, GBP 5Million
Public and Product Liability Insurance, GBP 5Million
Professional Indemnity GBP 2Million
Section 4B.6 of the SPD requests further information from the successful Tenderers.
A copy of your audited accounts or equivalent for the most recent two years, along with details of any significant changes since the previous year end.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Section 4C.1.2 of the SPD requests at least one relevant example of previous experience from suppliers tendering for this framework contract and/or services carried out within the last three years.
Section 4C.4, Supply Chain Management and Prompt Payment question, must also be completed.
Minimum level(s) of standards required:
For a Pass at 4C.1.2 of the SPD, Tenderers must have a solution in place within an equivalent environment to the tender Specification for each specific Lot that the Tenderer has submitted a response to. For each Lot responded to, the minimum required equivalent environment to the Tender Specification includes having a solution in place that provides all capabilities listed up to and including 4.1 of the Specification of Requirements main section 2 of the ITT.
For a Fail at 4C.1.2, Tenderers seeking to develop a fully bespoke solution will be disqualified. Tenderers who cannot provide evidence that their solution is in place within an equivalent environment to the tender Specification will be disqualified.
For a Pass at 4C.4 of the SPD, The Tenderer has (or has access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain, has confirmed that they have the systems in place to pay contractors through the supply chain promptly and effectively, and that they will provide evidence, when requested, of (a) their standard payment terms and (b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year. If the Tenderer is unable to confirm (b) then they must provide an improvement plan, signed by their Director which improves the payment performance.
For a Fail at 4C.4, the Tenderer does not have the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain, does not have the systems in place to pay contractors through the supply chain promptly and effectively, and cannot provide evidence of (a) their standard payment terms and (b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year and the Tenderer is unable to 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
Prior to the commencement of the Framework Agreement, the Contractor will provide the Authority with contact details of the Management Information contact who will be provided with a template spreadsheet/reporting schedule along with a username and password for the management information website http://www.ucsp.ac.uk/
The Contractors must provide the information on a quarterly basis, within 10 working days.
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: 12
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:
03/09/2024
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
03/09/2024
Local time: 17:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Four years
VI.3) 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.
The following should be submitted prior to award. It is for information only and will not be scored: (Appendix A), FOI disclaimer (Appendix B), APUC Supply Chain Code of Conduct (Appendix D), GDPR Assurance Assessment (Appendix J), Section 1 of the SCM RP Evaluation Tool (Appendix K), which will be available within the ITT.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26714. 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:
This is a specialist multi-supplier framework within which sub-contracting opportunities are limited.
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:
Provision of training opportunities to staff and students,
apprenticeships and potential investment in Institution local communities.
(SC Ref:770166)
VI.4) Procedures for review
VI.4.1) Review body
Stirling Sherriff Court
Srirling
FK8 1NH
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
24/07/2024