Back to tenders & grants page
3D Printers, 3D Scanners and Associated Equipment Paper, Wood & Furniture, Automotive 3D Printers, 3D Scanners and Associated Equipment
Receive Tenders like this by email

3D Printers, 3D Scanners and Associated Equipment

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

General information

Donor:

APUC Limited

Industry:

Paper, Wood & Furniture

Automotive

Status:

Closed

Timeline

Published:

04 Oct 2021

Deadline:

03 Nov 2021

Value:

Not available

Contacts

Name:

Craig Martin

Phone:

+44 1314428930

+44 1786462191

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT429293

Contract notice

Directive 2014/24/EU - Public Sector Directive

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses

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

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/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


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

3D Printers, 3D Scanners and Associated Equipment

Reference number: LAB1023AP

II.1.2) Main CPV code

42962000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

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.

II.1.5) Estimated total value

Value excluding VAT: 80 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

42960000

42991200

42664100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 80 000 000.00  GBP

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 Dynamic Purchasing System for a further 2 years subject to satisfactory performance and continued Institution requirements.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

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: Yes

II.2.14) Additional information

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.

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:

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.


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

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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: 03/11/2021

Local time: 13:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 03/11/2021

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

EN

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.

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)

VI.4) Procedures for review

VI.4.1) Review body

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

VI.5) Date of dispatch of this notice

30/09/2021


Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more