Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Veterinary Supplies and Associated Consumables, Equipment and Software

  • First published: 13 October 2023
  • Last modified: 13 October 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-040b17
Published by:
APUC Limited
Authority ID:
AA20142
Publication date:
13 October 2023
Deadline date:
10 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This would include, but not be limited to the supply of pharmaceutical products licensed for use in animals supplied via Licensed Manufacturers

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

APUC LIMITED

SC314764

Unit 27,Stirling Business Centre, Wellgreen

STIRLING

FK82DZ

UK

Contact person: David Benstead

Telephone: +44 7809536954

E-mail: dbenstead@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:

www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


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

Veterinary Supplies and Associated Consumables, Equipment and Software

Reference number: LAB1030 AP

II.1.2) Main CPV code

33651690

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Authority are seeking Contractor(s) for the provision of Veterinary Supplies and Associated Consumables, Equipment and Software to be utilised primarily in the various Veterinary schools of the UK and in the wider Higher and Further Education sectors.

The Authority are seeking to, through this tendering process, minimise the resource required to complete purchases for Veterinary Supplies and Associated Consumables, Equipment and Software.

A maximum of up to 15 Contractors will be appointed to each lot on this Framework Agreement.

II.1.5) Estimated total value

Value excluding VAT: 20 000 000.00  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

Veterinary Pharmaceuticals - Manufacturers

II.2.2) Additional CPV code(s)

33651690

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This would include, but not be limited to the supply of pharmaceutical products licensed for use in animals supplied via Licensed Manufacturers

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: 36

This contract is subject to renewal: Yes

Description of renewals:

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' 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

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 in 2015

Lot No: 2

II.2.1) Title

Veterinary Pharmaceuticals - Wholesalers

II.2.2) Additional CPV code(s)

03140000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This would include, but not be limited to the supply of pharmaceutical products licensed for use in animals supplied via Licensed Wholesalers

II.2.5) Award criteria

Criteria below:

Price

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' 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

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 in 2015

Lot No: 3

II.2.1) Title

Human Pharmaceuticals for Veterinary Use

II.2.2) Additional CPV code(s)

33600000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This would include, but not be limited to the supply of human crossover pharmaceutical products for use in the treatment of animals.

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: 36

This contract is subject to renewal: Yes

Description of renewals:

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' 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

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 in 2015

Lot No: 4

II.2.1) Title

Veterinary Pharmaceutical Specials

II.2.2) Additional CPV code(s)

33651690

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This would include, but not be limited to the supply of laboratory consumables, surgery consumables and oncology consumables,

veterinary, PPE, hygiene, and cleaning products.

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: 36

This contract is subject to renewal: Yes

Description of renewals:

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' 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

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 in 2015

Lot No: 5

II.2.1) Title

Veterinary Consumables

II.2.2) Additional CPV code(s)

03140000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The supply of Veterinary Consumables including, but not be limited to laboratory consumables, surgery consumables and oncology

consumables, veterinary, PPE, hygiene, and cleaning products.

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: 36

This contract is subject to renewal: Yes

Description of renewals:

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' 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

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 in 2015

Lot No: 6

II.2.1) Title

Equine Farming and Large Animal Equipment

II.2.2) Additional CPV code(s)

03000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The supply of Equine and Large Animal Equipment, including but not limited to, stabling equipment, feeding products (troughs and

buckets), fencing, bedding.

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: 36

This contract is subject to renewal: Yes

Description of renewals:

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' 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

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 in 2015

Lot No: 7

II.2.1) Title

General Type Veterinary Equipment

II.2.2) Additional CPV code(s)

03142000

03144000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The supply of General Type Veterinary Equipment including, but not limited to anaesthesia equipment, infusion equipment, dental

equipment, plus other small animal pet equipment such as housing, beds, toys and other accessories.

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: 36

This contract is subject to renewal: Yes

Description of renewals:

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' 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

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 in 2015

Lot No: 8

II.2.1) Title

Veterinary imaging Systems

II.2.2) Additional CPV code(s)

33110000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The supply of Veterinary Imaging Equipment including, but not limited to X-Ray, CT Scanner, Ultrasound (general and cardiac), and

fluoroscopy (please note that large capital equipment purchases such as MRI Scanners and Spectrometers will not be supplied via this framework and will be covered by the NWUPC HVLE framework LAB3162 NW).

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: 36

This contract is subject to renewal: Yes

Description of renewals:

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' 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

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 in 2015

Lot No: 9

II.2.1) Title

Veterinary Related Software

II.2.2) Additional CPV code(s)

48100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This would include, but not be limited to, Veterinary Practice Software and associated veterinary software products

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: 36

This contract is subject to renewal: Yes

Description of renewals:

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance

and continued Institutions' 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

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 in 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:

Please refer to Question 4B.5 of the SPD and Economic and Financial Standing section of the Contract Notice. Tenderers must confirm that

they can provide the following supporting evidence prior to award:

Employer's (Compulsory) Liability Insurance = 5 Million GBP

Public Liability Insurance = 5 Million GBP

Product Liability Insurance = 5 Million GBP

Tenderers bidding for LOT 9 ONLY must also confirm that they can provide the following supporting evidence prior to award::

Professional Liability=2 Million GBP aggregate

Cyber and Data Insurance

To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or

equivalent if awarded to the Framework Agreement.

Alternatively, if the Contractor is unable to provide the required accounting information, e.g. due to being a new business, then they will be

required to provide a banker's letter demonstrating their willingness to the support the Contractor's organisation over the term of the

framework agreement.

Please refer to 4B.6 of the SPD

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

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: 15

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: 10/11/2023

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: 11/11/2023

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

48 months

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

Suppliers should confirm they will be in a position to complete (at point of award) the following:

Appendix A Form of Tender

Appendix B Freedom of Information

Appendix D APUC Sustain Supply Chain Code of Conduct

Appendix G GDPR Contractor Assessment Form (required for Lot 9 Only)

Appendix H Declaration of Non-involvement in Serious Organised Crime

Appendix I Declaration of Non-involvement in Human Trafficking

Appendix J SCM RP Section 1 - Company Profile

Living Wage Status

Please provide details on your position on the Real Living Wage. This information should be submitted in the Technical envelope. It is for

information only and will not be scored.

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.

Acceptance of Standard Terms and Conditions

Tenderers must confirm that they will accept the Standard Terms and Conditions as set out in Appendix C APUC Template on Framework

Agreement Terms and Conditions. Tenderers wishing to propose an amendment to the Terms and Conditions may do so by attaching the

amendment to the appropriate section in PCS-T. The Authority will review and consider the amendments but do not have to accept any

amendments proposed.

This information should be submitted in the Technical envelope. 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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 51692. 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:

Sub-Contracting is not a significant part of the overall anticipated contract spend.

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,

graduate placements and supply chain development in the local community.

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court House

Viewfield Place

Stirling

FK8 1NH

UK

VI.5) Date of dispatch of this notice

11/10/2023

Coding

Commodity categories

ID Title Parent category
03144000 Agricultural supplies Animal products and related products
03000000 Agricultural, farming, fishing, forestry and related products Agriculture and Food
03142000 Animal products Animal products and related products
03140000 Animal products and related products Agricultural and horticultural products
33110000 Imaging equipment for medical, dental and veterinary use Medical equipments
48100000 Industry specific software package Software package and information systems
33600000 Pharmaceutical products Medical equipments, pharmaceuticals and personal care products
33651690 Vaccines for veterinary medicine General anti-infectives for systemic use and vaccines

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.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
dbenstead@apuc-scot.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.