3D Printers, 3D Scanners and Associated Equipment has been closed on 03 Nov 2021. It no longer accepts any bids. For further information, you can contact the APUC Limited
Bellow, you can find more information about this project:
Location: United Kingdom
APUC Limited
Paper, Wood & Furniture
Automotive
Closed
04 Oct 2021
03 Nov 2021
Not available
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
UK
Contact person: Craig Martin
Telephone: +44 1314428930
E-mail: [email protected]
NUTS: UKM77
Internet address(es)
Main address: http://www.apuc-scot.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
The contract is awarded by a central purchasing body
The 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?VISITORID=2b94c65f-8efb-4522-a1bf-e3d97b944b16&_ncp=1629279839114.33070-1
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?VISITORID=2b94c65f-8efb-4522-a1bf-e3d97b944b16&_ncp=1629279839114.33070-1
Body governed by public law
Education
3D Printers, 3D Scanners and Associated Equipment
Reference number: LAB1023AP
42962000
Supplies
1.1 The Authority is seeking Contractor(s) for a Dynamic Purchasing System which will be used to procure 3D Printers, 3D Scanners, Associated Equipment and Services by the UK Universities and Colleges. For the avoidance of doubt, all equipment and services will come with a warranty for which the exact terms will be determined by an Institution at mini competition stage.
Value excluding VAT: 80 000 000.00 GBP
This contract is divided into lots: No
42960000
42991200
42664100
NUTS code:
UK
The Authority is seeking Contractor(s) for a Dynamic Purchasing System which will be used to procure 3D Printers, 3D Scanners, Associated Equipment and Services by the UK Universities and Colleges. For the avoidance of doubt, all equipment and services will come with a warranty for which the exact terms will be determined by an Institution at mini competition stage.
Types of 3D Printers, 3D Scanners, Associated Equipment and Services that are required to be procured through the Dynamic Purchasing System, including, but not limited to:
Stereolithography printers, accessories, materials, software and support/servicing
Fused Deposition Modelling printers, accessories, materials, software and support/servicing
Selective Laser Sintering printers, accessories, materials, software and support/servicing
PolyJet printers, accessories, materials, software and support/servicing
Digital Light Processing printers, accessories, materials, software and support/servicing
Multi Jet Fusion printers, accessories, materials, software and support/ servicing
Direct Metal Laser Sintering printers, accessories, materials, software and support/servicing.
Electron Beam Melting printers, accessories, materials, software, and support/servicing
3D Scanners including optical scanners, structured light scanners, laser scanners and LIDAR, as well as accessories, software and support/servicing.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 80 000 000.00 GBP
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend the Dynamic Purchasing System for a further 2 years subject to satisfactory performance and continued Institution requirements.
Envisaged minimum number: 10
Variants will be accepted: No
Options: No
The procurement is related to a project and/or programme financed by European Union funds: Yes
Individual call-off contracts under this Dynamic Purchasing System may be financed by European Union Funds.
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.
List and brief description of selection criteria:
With reference to question 4B.5 of the SPD in the qualification questionnaire, bidders must confirm they can provide the following
supporting evidence prior to award:
Employers (Compulsory) Liability Insurance = 5 000 000 GBP
Public & Product Liability Insurance = 5 000 000 GBP
With reference to question 4B.6 of the SPD in the qualification questionnaire, bidders must provide 2 years audited accounts, or equivalent
if awarded the Framework Agreement to demonstrate financial stability. Alternatively if the contractor is unable to provide the required
accounting information 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.
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.
Restricted procedure
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
The procurement is covered by the Government Procurement Agreement: Yes
Date: 03/11/2021
Local time: 13:00
Date: 03/11/2021
EN
This is a recurrent procurement: Yes
Estimated timing for further notices to be published:
48 months
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
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.
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 Supply Chain Code
of Conduct prior to award to assist in achieving its objectives.
Declaration of Non-Involvement in Serious Organised Crime
Tenderers must sign the Declaration of Non-Involvement in Serious Organised Crime – Appendix F prior to award to confirm that their
Tender Response is a complete, true and accurate submission.
Declaration of Non-Involvement in Human Trafficking & Labour Exploitation
Tenderers must sign the Declaration of Non-Involvement in Human Trafficking & Labour Exploitation – Appendix G prior to award to
confirm that their Tender Response is a complete, true and accurate submission.
Supply Chain Evaluation Tool: Section 1
Please complete “Appendix H – Supply Chain Evaluation Tool: Section 1” in the Technical Questionnaire in PCS-Tender.
Tenderers must complete the 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 PQQ exercise. The Project code is 19777. 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-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Contractor will work with the Authority to consider what community benefits can be delivered through this Dynamic Purchasing System. This will include, whenever feasible, ensuring that any Institution undertaking a call-off can capture community benefits
(SC Ref:668684)
Stirling Sheriff Court and Justice of the Peace Court
Sheriff Court House, Viewfield Place
Stirling
FK8 1NH
UK
Telephone: +44 1786462191
Internet address(es)
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/stirling-sheriffcourt-and-justice-of-the-peace-court
30/09/2021
Receive Daily Tenders and Grants notifications
Subscribe nowFeatured tenders
Enter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home pageEnter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home page