web-banner-marketing2

Market Leads & Opportunities

United Kingdom-STIRLING: Plumbing Consumables & Commercial Heating Products

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-011802/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
Postal address: Unit 27,Stirling Business Centre, Wellgreen
Town: STIRLING
Postal code: FK82DZ
Country: United Kingdom
Contact Person: Vicky Shanley
Telephone: +44 1314428964
Email: vshanley@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:
I.4) Type of the contracting authority
Other type: Education
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Plumbing Consumables & Commercial Heating Products

Reference number: EFM1047 AP
II.1.2) Main CPV code: 44115200
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Authority are seeking Contractor(s) for the provision of Plumbing Consumables & Commercial Heating Products to multiple sites and locations throughout Scotland.
II.1.5) Estimated total value:
Value excluding VAT: 5111644 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: Plumbing Consumables

Lot No:1
II.2.2) Additional CPV code(s)
39715300, 44115210, 45330000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The scope of this agreement is the supply and delivery of a range of Plumbing Consumables products, and materials as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across Scotland as detailed in Appendix E – List of Institutions.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes 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

II.2.1) Title: Commercial Heating Products

Lot No:2
II.2.2) Additional CPV code(s)
24961000, 39715000, 44600000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The scope of this agreement is the supply and delivery of a range of Commercial Heating Products and associate products, and materials as detailed in the Invitation to Tender documents and appendices to multiple sites and locations across Scotland as detailed in Appendix E – List of Institutions.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes 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
Minimum level(s) of standards possibly 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, eg. 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.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:
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:5IV.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: 2022-06-07 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2022-06-07 Local time: 12:01

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 G – SCM Responsible Procurement Supply Chain Evaluation Tool 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21172.
For more information see:

A sub-contract clause has been included in this contract. For more information see:

Community benefits are included in this requirement. For more information see:

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 and investment in the local community.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Sheriff Court House
Postal address: Viewfield Place
Town: Stirling
Postal code: FK8 1NH
Country: United Kingdom
VI.5) Date of dispatch of this notice:2022-05-06