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

Automatic Doors and Roller Shutters

  • First published: 27 September 2023
  • Last modified: 27 September 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-040345
Published by:
APUC Limited
Authority ID:
AA20142
Publication date:
27 September 2023
Deadline date:
23 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The purpose of this lot is to provide maintenance, servicing, repair, inspection

services and supply and installation services for automatic doors and roller

shutter doors, as well as associated equipment. This applies to all institutions

within Grampian, Central and South Scotland, including their associated and

affiliated bodies. Institutions covered by this lot are detailed in Appendix E -

List of Institutions under Lot 1.

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: Vicky Shanley

Telephone: +44 1314428964

E-mail: vshanley@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


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


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

Automatic Doors and Roller Shutters

Reference number: EFM1060 AP

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The maintenance, servicing, repair, inspection, supply, and installation of automatic

and roller shutter doors, along with associated equipment, will be provided to

Higher Education (HE) Institutions across the UK and Further Education (FE)

institutions in Scotland. This includes all members, associate members, and their

associated and affiliated bodies of:

APUC Ltd (Advanced Procurement Universities and Colleges)

HEPCW (Higher Education Procurement Consortia Wales)

LUPC (London Universities Purchasing Consortium)

NEUPC (North East Universities Purchasing Consortium)

NWUPC (North West Universities Purchasing Consortium)

SUPC (Southern Universities Purchasing Consortium)

A detailed list of institutions can be found in Appendix E

II.1.5) Estimated total value

Value excluding VAT: 3 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

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) Description

Lot No: 1

II.2.1) Title

Scotland: Grampians, Central, and South

II.2.2) Additional CPV code(s)

44221200

44221230

44221240

II.2.3) Place of performance

NUTS code:

UKM5

UKM7

UKM8

UKM9


Main site or place of performance:

Scotland: Grampians, Central, and South

II.2.4) Description of the procurement

The purpose of this lot is to provide maintenance, servicing, repair, inspection

services and supply and installation services for automatic doors and roller

shutter doors, as well as associated equipment. This applies to all institutions

within Grampian, Central and South Scotland, including their associated and

affiliated bodies. Institutions covered by this lot are detailed in Appendix E -

List of Institutions under Lot 1.

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: 24

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 24 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 2015.

Lot No: 2

II.2.1) Title

Scotland: Highlands and Islands

II.2.2) Additional CPV code(s)

44221200

44221230

44221240

II.2.3) Place of performance

NUTS code:

UKM6


Main site or place of performance:

Scotland: Highlands and Islands

II.2.4) Description of the procurement

The purpose of this lot is to provide maintenance, servicing, repair, inspection

services and supply and installation services for automatic doors and roller

shutter doors, as well as associated equipment. This applies to all institutions

within the Scottish Highlands and Islands, including their associated and

affiliated bodies. Institutions covered by this lot are detailed in Appendix E -

List of Institutions under Lot 2.

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: 24

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 24 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 2015

Lot No: 3

II.2.1) Title

North West (including North England, Northern Ireland and North Wales)

II.2.2) Additional CPV code(s)

44221200

44221230

44221240

II.2.3) Place of performance

NUTS code:

UKD

UKG

UKL

UKN


Main site or place of performance:

North West (including North England, Northern Ireland and North Wales)

II.2.4) Description of the procurement

The purpose of this lot is to provide maintenance, servicing, repair, inspection

services and supply and installation services for automatic doors and roller

shutter doors, as well as associated equipment. This applies to all institutions

within North West (including North England, Northern Ireland and North

Wales), including their associated and affiliated bodies. Institutions covered by

this lot are detailed in Appendix E - List of Institutions under Lot 3.

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: 24

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 24 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 2015.

Lot No: 4

II.2.1) Title

North East England

II.2.2) Additional CPV code(s)

44221200

44221230

44221240

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF


Main site or place of performance:

North East England

II.2.4) Description of the procurement

The purpose of this lot is to provide maintenance, servicing, repair, inspection

services and supply and installation services for automatic doors and roller

shutter doors, as well as associated equipment. This applies to all institutions

within the North East England, including their associated and affiliated bodies.

Institutions covered by this lot are detailed in Appendix E - List of Institutions

under Lot 4.

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: 24

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 24 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 2015.

Lot No: 5

II.2.1) Title

Greater London Area

II.2.2) Additional CPV code(s)

44221200

44221230

44221240

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

Greater London Area

II.2.4) Description of the procurement

The purpose of this lot is to provide maintenance, servicing, repair, inspection

services and supply and installation services for automatic doors and roller

shutter doors, as well as associated equipment. This applies to all institutions

within the Greater London Area, including their associated and affiliated

bodies. Institutions covered by this lot are detailed in Appendix E - List of

Institutions under Lot 5.

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: 24

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 24 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 2015.

Lot No: 6

II.2.1) Title

South West (including South West England and South Wales)

II.2.2) Additional CPV code(s)

44221200

44221230

44221240

II.2.3) Place of performance

NUTS code:

UKK

UKL


Main site or place of performance:

South West (including South West England and South Wales)

II.2.4) Description of the procurement

The purpose of this lot is to provide maintenance, servicing, repair, inspection

services and supply and installation services for automatic doors and roller

shutter doors, as well as associated equipment. This applies to all institutions

within the South West (including South West England and South Wales),

including their associated and affiliated bodies. Institutions covered by this lot

are detailed in Appendix E - List of Institutions under Lot 6

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: 24

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 24 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 2015

Lot No: 7

II.2.1) Title

South East England

II.2.2) Additional CPV code(s)

44221200

44221230

44221240

II.2.3) Place of performance

NUTS code:

UKH

UKJ


Main site or place of performance:

South East England

II.2.4) Description of the procurement

The purpose of this lot is to provide maintenance, servicing, repair, inspection

services and supply and installation services for automatic doors and roller

shutter doors, as well as associated equipment. This applies to all institutions

within the South East England, including their associated and affiliated bodies.

Institutions covered by this lot are detailed in Appendix E - List of Institutions

under Lot 7.

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: 24

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 24 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 2015.

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:

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 they can provide the following supporting evidence prior to

award:

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP

Product Liability Insurance = 5 000 000 GBP

Public Liability Insurance = 5 000 000 GBP

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 term

of the Framework Agreement.

Please refer to 4B.6 of the SPD


III.1.3) Technical and professional ability

List and brief description of selection criteria:

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

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) 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: 42

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: 23/10/2023

Local time: 11:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 23/10/2023

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

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.

Sustain Supply Chain Code of Conduct

In partnership with Institutions, the Authority has developed a Sustain 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 Sustain 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.

SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1

Please complete "Appendix H - SCM RP: Section 1" in the Technical Questionnaire in

PCS-Tender. Tenderers must complete the SCM

Responsible Procurement Supply Chain Evaluation Tool: Section 1. 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.

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.

Serious Organised Crime

Please complete "Appendix F - Declaration of Non-Involvement in Serious Organised

Crime" in the Technical Questionnaire in PCS-Tender. Tenderers must complete the

Declaration of Non-Involvement in Serious Organised Crime. It is for information only

and will not be scored but it is a requirement of this tender and will be included in the

assessment of tender responses and in contractual terms.

Human Trafficking and Labour Exploitation

Please complete "Appendix G - Declaration of Non Involvement in Human Trafficking" in

the Technical Questionnaire in PCS-Tender. Tenderers must complete the Declaration of

Non Involvement in Human Trafficking. It is for information only and will not be scored

but it is a requirement of this tender and will be included in the assessment of tender

responses and in contractual terms.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25124.

For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract 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:

https://www.gov.scot/policies/public-sector-procurement/community-benefits-inprocurement/

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,

apprenticeships and investment 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

25/09/2023

Coding

Commodity categories

ID Title Parent category
44221200 Doors Windows, doors and related items
44221240 Garage doors Windows, doors and related items
50000000 Repair and maintenance services Other Services
44221230 Sliding doors Windows, doors and related items

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:
vshanley@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.