Library Equipment, Software and Maintenance (Ангилья - Тендер #38446899) | ||
| ||
| 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: Sell2Wales – Government´s Initiative |
||
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Section I: Contracting authority I.1) Name and addressesAPUC 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 procurementThe contract is awarded by a central purchasing body
I.3) CommunicationThe 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
Body governed by public law
I.5) Main activityEducation
Section II: Object II.1) Scope of the procurement II.1.1) TitleLibrary Equipment, Software and Maintenance
Reference number: LIB1021 AP
II.1.2) Main CPV code39155100
II.1.3) Type of contractSupplies
II.1.4) Short descriptionThe 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 valueValue excluding VAT: 5 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) DescriptionLot No: 1
II.2.1) TitleOne Stop Shop (RFID Security and Self-Service Equipment with Maintenance)
II.2.2) Additional CPV code(s)39155100
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
Various
II.2.4) Description of the procurementThis 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 criteriaCriteria below:
Quality criterion: Technical / Weighting: 50
Price / Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitleEM and Hybrid Library Equipment
II.2.2) Additional CPV code(s)39155100
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
Various
II.2.4) Description of the procurementThe 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 criteriaCriteria below:
Quality criterion: Technical / Weighting: 50
Price / Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 3
II.2.1) TitleSelf Service Laptop Charging Lockers
II.2.2) Additional CPV code(s)39155100
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
Various
II.2.4) Description of the procurementThe 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 criteriaCriteria below:
Quality criterion: Technical / Weighting: 50
Price / Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 4
II.2.1) TitleSelf Service Software
II.2.2) Additional CPV code(s)48160000
72212160
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
Various
II.2.4) Description of the procurementThe 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 criteriaCriteria below:
Quality criterion: Technical / Weighting: 60
Price / Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe 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 standingList 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 abilityList 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 procedureOpen procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe 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 participateDate: 13/03/2023
Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.7) Conditions for opening of tendersDate: 13/03/2023
Local time: 17:00
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: Yes
Estimated timing for further notices to be published:
April 2027
VI.3) Additional informationThe 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 bodyStirling 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 notice09/02/2023
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 |
| 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 |
| ID | Description |
|---|---|
| 100 | UK - All |
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. |