web-banner-marketing2

Market Leads & Opportunities

United Kingdom-STIRLING: Library Equipment, Software and Maintenance

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-004079/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: APUC LIMITED
National registration number: SC314764
Postal address: Unit 27, Stirling Business Centre, Wellgreen
Town: STIRLING
Postal code: FK82DZ
Country: United Kingdom
Contact Person: Niall Milroy
Telephone: +44 7783551453
Email: nmilroy@apuc-scot.ac.uk
Internet address(es):
Main address:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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:
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: 5000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: One Stop Shop (RFID Security and Self-Service Equipment with Maintenance)

Lot No:1
II.2.2) Additional CPV code(s)
39155100

II.2.3) Place of performance
Nuts code:
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

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes 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
II.2.1) Title: EM and Hybrid Library Equipment

Lot No:2
II.2.2) Additional CPV code(s)
39155100

II.2.3) Place of performance
Nuts code:
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

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes 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
II.2.1) Title: Self Service Laptop Charging Lockers

Lot No:3
II.2.2) Additional CPV code(s)
39155100

II.2.3) Place of performance
Nuts code:
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

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes 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
II.2.1) Title: Self Service Software

Lot No:4
II.2.2) Additional CPV code(s)
48160000, 72212160

II.2.3) Place of performance
Nuts code:
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

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes 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 possibly 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 possibly 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.

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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:16IV.1.8) Information about the 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: 2023-03-13 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 tenders
Date: 2023-03-13 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.2) Information about electronic workflows
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)

North Western Universities Purchasing Consortium and its members (NWUPC)

North Eastern Universities Purchasing Consortium and its members (NEUPC)

Higher Education Purchasing Consortium Wales and its members HEPCW

Southern Universities Purchasing Consortium and its members (SUPC)

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

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:

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
Official name: Stirling Sheriff Court and Justice of the Peace Court
Postal address: Sheriff Court House
Town: Stirling
Postal code: FK8 1NH
Country: United Kingdom
Telephone: +44 1786462191
E-mail: stirling@scotcourts.gov.uk
Internet address:
VI.5) Date of dispatch of this notice:2023-02-09