Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Ангильи


Library Equipment, Software and Maintenance (Ангилья - Тендер #38446899)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Ангилья (другие тендеры и закупки Ангилья)
Организатор тендера: Sell2Wales – Government´s Initiative
Номер конкурса: 38446899
Дата публикации: 10-02-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
  • Contract notice

Directive 2014/24/EU - Public Sector Directive

Directive 2014/24/EU

Section I: Contracting authority I.1) Name and addresses

APUC LIMITED

SC314764

Unit 27, Stirling Business Centre, Wellgreen

STIRLING

FK82DZ

UK

Contact person: Niall Milroy

Telephone: +44 7783551453

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

NUTS: UKM77

Internet address(es)

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

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:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


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 Equipment, Software and Maintenance

Reference number: LIB1021 AP

II.1.2) Main CPV code

39155100

II.1.3) Type of contract

Supplies

II.1.4) Short description

The purpose of this procurement exercise is to appoint a range of capable best value Contractors for the supply of Library Equipment, Software & Maintenance as detailed within this Invitation to Tender (ITT). The scope of this procurement covers the supply of Library security, self-service Equipment (RFID and EM), self service lockers, library occupancy monitoring solutions, self service laptop charging lockers including maintenance and self-service software including support and maintenance.

II.1.5) Estimated total value

Value excluding VAT: 5 000 000.00 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

One Stop Shop (RFID Security and Self-Service Equipment with Maintenance)

II.2.2) Additional CPV code(s)

39155100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Various

II.2.4) Description of the procurement

This Lot covers a range of RFID Library Equipment and Materials, including installation, maintenance and training. Successful Contractors will be required to supply, install, commission, service, support and maintain equipment for Customer Self Service Terminals.

Also included are added value products of library occupancy monitoring solutions and library access control to enable 24 hour operation.

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 initial contract period is for two years commencing March 2023. Thereafter 2 annual options to extend the agreement for a further 12 months are exercisable at APUC"s discretion.

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: No

Lot No: 2

II.2.1) Title

EM and Hybrid Library Equipment

II.2.2) Additional CPV code(s)

39155100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Various

II.2.4) Description of the procurement

The scope of this Lot will include Library equipment that operates with the use of Electromagnetic security and/or a hybrid with EM/RFID technology capability. This product Lot will include security gates, workstations and self-check units or kiosks.

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 commence March 2023 for a period of 2 years. The Authority reserves the right to extend the Framework Agreement for a further 2 periods of 12 months, subject to satisfactory performance and continued Institution requirements.

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: No

Lot No: 3

II.2.1) Title

Self Service Laptop Charging Lockers

II.2.2) Additional CPV code(s)

39155100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Various

II.2.4) Description of the procurement

The scope of this lot includes the supply and maintenance of Laptop lending lockers. The demand is growing for these lockers within the

HE/FE sector, to assist with access to digital equipment and lifecycle extension of laptops.

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 commence March 2023 for a period of 2 years. The Authority reserves the right to extend the Framework Agreement for a further 2 periods of 12 months, subject to satisfactory performance and continued Institution requirements.

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: No

Lot No: 4

II.2.1) Title

Self Service Software

II.2.2) Additional CPV code(s)

48160000

72212160

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Various

II.2.4) Description of the procurement

The HE/FE institutions may require to purchase an commercial off the shelf (COTS) cloud based, self-checkout application to allow the automation of their check-out process.

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 commence March 2023 for a period of 2 years. The Authority reserves the right to extend the Framework Agreement for a further 2 periods of 12 months, subject to satisfactory performance and continued Institution requirements.

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: No

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:

Tenderers must complete the questions on financial accounts and supporting information. Minimum insurance levels as stated in the ITT.


Minimum level(s) of standards required:

Tenderers must complete the questions on financial accounts and supporting information. Successful Tenderers will be required to provide two years of audited accounts or equivalent prior to award to the Framework Agreement. This information will be used to assess the Tenderer"s economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise.

It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Framework.

Agreement as indicated below and in PCS-T:

Employers Liability 5,000,000

Product and Public Liability 5,000,000

Professional Risk Indemnity 2,000,000

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Section 4C.1.2 of the SPD requests a relevant example of previous experience of supplier and/or services carried out within the last three years, as this procurement exercise is not a software development project. PASS/FAIL

Section 4C.4 of the SPD requests that Tenderers must confirm prior to award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain.


Minimum level(s) of standards required:

For a Pass = Tenderers must have a Self-Service Software solution in place within a similar environment to the tender Specification.

For a Fail = Tenderers seeking to develop a fully bespoke Self-Service Software solution System will be disqualified. Tenderers who cannot provide evidence that their solution is in place within a similar environment to the tender Specification will be disqualified.

Section 4C.4 of the SPD requests that Tenderers must confirm prior to award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of:

a) Their standard payment terms

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) they must provide an improvement plan signed by their Director which improves the payment performance.

III.2) Conditions related to the contract 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: 16

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: 13/03/2023

Local time: 16:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 13/03/2023

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:

April 2027

VI.3) Additional information

The Authority acting for itself and the universities and colleges (Institutions) (and affiliated bodies) in Scotland, including any new and successor Institutions, will be able to access and call from the Framework Agreement. A list of the Institutions can be found in Appendix E

In addition, the following purchasing consortia and their respective members have agreed in principle to participate in the Framework Agreement:

London Universities Purchasing Consortium and its members (LUPC)

https://www.lupc.ac.uk/members/our-members

North Western Universities Purchasing Consortium and its members (NWUPC)

https://www.nwupc.ac.uk/our-members

North Eastern Universities Purchasing Consortium and its members (NEUPC)

https://neupc.ac.uk/who-are-our-members

Higher Education Purchasing Consortium Wales and its members HEPCW

http://www.hepcw.ac.uk/members/

Southern Universities Purchasing Consortium and its members (SUPC)

https://www.supc.ac.uk/our-members/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23067. 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:

No large proportion of the framework agreement is expected to be sub-contracted

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:

Community Benefits relevant to customer Institutions, for example training, apprenticeships, opportunities for student placements and investment in the local community.

(SC Ref:719071)

VI.4) Procedures for review VI.4.1) Review body

Stirling Sheriff Court and Justice of the Peace Court

Sheriff Court House

Stirling

FK8 1NH

UK

Telephone: +44 1786462191

E-mail: stirling@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/home

VI.5) Date of dispatch of this notice

09/02/2023


Information added to the notice since publication.

Additional information added to the notice since it"s publication.
No further information has been uploaded.
Main Contact: nmilroy@apuc-scot.ac.uk
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a
Commodity Categories Commodity Categories
ID Title Parent Category
39155100 Library equipment Library furniture
72212160 Library software development services Programming services of application software
48160000 Library software package Industry specific software package

Delivery Locations 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.

Alert Region Restrictions
There are no alert restrictions for this notice.

Источник закупки

Перейти

Импорт - Экспорт по стране Ангилья

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт

Еще тендеры и закупки за эти даты

10-02-2023 Fast Track (End of Life) - Nursing (General).

10-02-2023 18-64 (Memory).

10-02-2023 Child Mainstream .

10-02-2023 Integrated Micromobility Service (IMS).

10-02-2023 65 years.

10-02-2023 Landscaping works at Stratford-upon-Avon College.





Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru