Supply, Delivery and Installation of Furniture to APUC
Supply, delivery and installation of Furniture to the higher education institutions and further education institutions of Scotland.
United Kingdom-Stirling: Furniture
2018/S 137-312447
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Unit 27, Stirling Business Centre
Stirling
FK8 2DZ
United Kingdom
Contact person: Andy Anderson
E-mail: aanderson@apuc-scot.ac.uk
NUTS code: UKM
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Furniture (Supply, Delivery and Installation) — APUC
II.1.2)Main CPV code
II.1.3)Type of contract
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, as per Appendix E. 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.
The Framework Agreement is split in to three specific product lots:
Lot 1: Workplace, Teaching and Library Furniture
Lot 2: Residential Furniture
Lot 3: Storage Solutions
Please see the ITT document for further details of the requirement.
The tender documents are available on https://www.publictendersscotland.publiccontractsscotland.gov.uk project 11378
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Workplace, Teaching and Library Furniture
II.2.2)Additional CPV code(s)
II.2.3)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, Teaching and Library furniture to the Higher Education (HE) institutions and Further Education (FE) institutions of Scotland and other organisations as per Appendix E of the ITT. 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.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.
II.2.1)Title:
Residential Furniture
II.2.2)Additional CPV code(s)
II.2.3)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 for Student and staff residences within the Higher Education (HE) institutions and Further Education (FE) institutions of Scotland, as per Appendix E of the ITT. 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.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.
II.2.1)Title:
Storage Solutions
II.2.2)Additional CPV code(s)
II.2.3)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 storage solutions, including bespoke filing and retrieval systems, to the Higher Education (HE) institutions and Further Education (FE) institutions of Scotland, and other organisations as per Appendix E of the ITT. 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.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.1.2)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.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.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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
VI.3)Additional information:
Form of Tender
Tenderers must sign the Form of Tender — Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.
Supply Chain Code of Conduct
In partnership with Institutions, the Authority has developed a 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 Supply Chain Code of Conduct prior to Award to assist in achieving its objectives.
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 in PCS-Tender. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.
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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11378. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A subcontract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows:
Apprenticeships, training opportunities, work experience / student placements, charity contributions, support for community projects, etc
(SC Ref:550143)
VI.4.1)Review body
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
Telephone: +44 1314428930Internet address: http://www.apuc-scot.ac.uk
VI.5)Date of dispatch of this notice: