Library Services Platform(s) and Associated Services - APUC Framework

Framework for Library Services Platform(s) and Associated Services for Universities and Colleges in Scotland including provision of all software and any associated licensing. Potential Services include, but are not limited to: System Implementation; Migration Support; Support and Maintenance; Hosting. Required solutions should have the capability to operate effectively across multi-campus …

CPV: 72000000 IT services: consulting, software development, Internet and support, 72600000 Computer support and consultancy services, 72260000 Software-related services, 72261000 Software support services, 48000000 Software package and information systems, 48611000 Database software package, 48190000 Educational software package
Deadline:
Sept. 3, 2024, 5 p.m.
Deadline type:
Submitting a bid
Place of execution:
Library Services Platform(s) and Associated Services - APUC Framework
Awarding body:
APUC Limited
Award number:
ITS1062 AP

1. Buyer

1.1 Buyer

Official name : APUC Limited
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Library Services Platform(s) and Associated Services - APUC Framework
Description : Framework for Library Services Platform(s) and Associated Services for Universities and Colleges in Scotland including provision of all software and any associated licensing. Potential Services include, but are not limited to: System Implementation; Migration Support; Support and Maintenance; Hosting. Required solutions should have the capability to operate effectively across multi-campus environments. The framework agreement includes: Lot1 - Library Services Platform(s) and Lot2 - Resource and Reading List Management Systems. The agreement will be open to the members of Advanced Procurement for Universities and Colleges (APUC Limited) and other UK procurement consortia as listed within this contract notice.
Procedure identifier : c571df32-615c-49fa-b405-4351212e8d3b
Internal identifier : ITS1062 AP
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72600000 Computer support and consultancy services

2.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 27 000 000 Pound sterling
Maximum value of the framework agreement : 27 000 000 Pound sterling

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Purely national exclusion grounds : 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. All exclusion grounds; Refer to Procurement Documents and PCS-T for more information

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Library Services Platform(s)
Description : Framework for Library Services Platform(s) and Associated Services for Universities and Colleges in Scotland and the UK. Lot 1, Library Services Platform(s)including provision of all software and any associated licensing and subscription. Potential Services include, but are not limited to: System Implementation; Migration Support; Support and Maintenance; Hosting. Required solutions should have the capability to operate effectively across multi-campus environments. This framework agreement is available to participation from Full and Associate Members, and future members, within the UK higher education purchasing consortia as follows: Advanced Procurement Universities and Colleges (APUC Ltd) and associated members listed in Appendix E1. http://www.apuc-scot.ac.uk/#!/members Southern Universities Purchasing Consortium (SUPC); https://www.supc.ac.uk/about-us/our-members/our-members London Universities Purchasing Consortium (LUPC); https://www.lupc.ac.uk/member-list North Eastern Universities Purchasing Consortium (NEUPC); https://www.neupc.ac.uk/our-members North Western Universities Purchasing Consortium (NWUPC); https://www.nwupc.ac.uk/our-members Higher Education Purchasing Consortium, Wales (HEPCW) https://www.hepcw.ac.uk/members/ Crescent Purchasing Consortium (CPC) https://www.thecpc.ac.uk/members Scottish Confederation of University Research Libraries (SCURL) https://www.scurl.ac.uk/about-members
Internal identifier : ITS1062 AP - Lot1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48611000 Database software package
Additional classification ( cpv ): 48190000 Educational software package
Options :
Description of the options : The Authority reservices the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 08/10/2024
Duration end date : 08/10/2026

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 21 000 000 Pound sterling

5.1.6 General information

This is a recurrent procurement
Description : Estimated timing for further notices to be published: 48 months
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.7 Strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and Financial Standing - Insurance
Description : Section 4B.5 specifies the minimum levels of insurance which are as follows: Employer's (Compulsory) Liability Insurance, GBP 5Million Public and Product Liability Insurance, GBP 5Million Professional Indemnity GBP 2Million Section 4B.6 of the SPD requests further information from the successful Tenderers. A copy of your audited accounts or equivalent for the most recent two years, along with details of any significant changes since the previous year end.
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability - previous experience
Description : Section 4C.1.2 of the SPD requests at least one relevant example of previous experience from suppliers tendering for this framework contract and/or services carried out within the last three years. Section 4C.4, Supply Chain Management and Prompt Payment question, must also be completed. For a Pass at 4C.1.2 of the SPD, Tenderers must have a solution in place within an equivalent environment to the tender Specification for each specific Lot that the Tenderer has submitted a response to. For each Lot responded to, the minimum required equivalent environment to the Tender Specification includes having a solution in place that provides all capabilities listed up to and including 4.1 of the Specification of Requirements main section 2 of the ITT. For a Fail at 4C.1.2, Tenderers seeking to develop a fully bespoke solution will be disqualified. Tenderers who cannot provide evidence that their solution is in place within an equivalent environment to the tender Specification will be disqualified. For a Pass at 4C.4 of the SPD, The Tenderer has (or has access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain, has confirmed that they have the systems in place to pay contractors through the supply chain promptly and effectively, and that they will provide evidence, when requested, of (a) their standard payment terms and (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) then they must provide an improvement plan, signed by their Director which improves the payment performance. For a Fail at 4C.4, the Tenderer does not have the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain, does not have the systems in place to pay contractors through the supply chain promptly and effectively, and cannot provide evidence of (a) their standard payment terms and (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 and the Tenderer is unable to provide an improvement plan signed by their Director which improves the payment performance.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 70% Technical
Criterion :
Type : Price
Name :
Description : 30% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 21/08/2024 17:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 03/09/2024 17:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 03/09/2024 17:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court and Justice of the Peace Court
Organisation providing more information on the review procedures : Stirling Sheriff Court and Justice of the Peace Court
Organisation receiving requests to participate : APUC Limited

5.1 Lot technical ID : LOT-0002

Title : Resource and Reading List Systems
Description : Framework for Library Services Platform(s) and Associated Services for Universities and Colleges in Scotland and the UK. Lot 2, Resource and Reading List Systems including: provision of all software and any associated licensing and subscription. Potential Services include, but are not limited to: System Implementation; Migration Support; Support and Maintenance; Hosting. Required solutions should have the capability to operate effectively across multi-campus environments. This framework agreement is available to participation from Full and Associate Members, and future members, within the UK higher education purchasing consortia as follows: Advanced Procurement Universities and Colleges (APUC Ltd) and associated members listed in Appendix E1. http://www.apuc-scot.ac.uk/#!/members Southern Universities Purchasing Consortium (SUPC); https://www.supc.ac.uk/about-us/our-members/our-members London Universities Purchasing Consortium (LUPC); https://www.lupc.ac.uk/member-list North Eastern Universities Purchasing Consortium (NEUPC); https://www.neupc.ac.uk/our-members North Western Universities Purchasing Consortium (NWUPC); https://www.nwupc.ac.uk/our-members Higher Education Purchasing Consortium, Wales (HEPCW) https://www.hepcw.ac.uk/members/ Crescent Purchasing Consortium (CPC) https://www.thecpc.ac.uk/members Scottish Confederation of University Research Libraries (SCURL) https://www.scurl.ac.uk/about-members
Internal identifier : ITS1062 AP - Lot2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48611000 Database software package
Additional classification ( cpv ): 48190000 Educational software package
Options :
Description of the options : The Authority reservices the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 08/10/2024
Duration end date : 08/10/2026

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Pound sterling

5.1.6 General information

This is a recurrent procurement
Description : Estimated timing for further notices to be published: 48 months
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.7 Strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and Financial Standing - Insurance
Description : Section 4B.5 specifies the minimum levels of insurance which are as follows: Employer's (Compulsory) Liability Insurance, GBP 5Million Public and Product Liability Insurance, GBP 5Million Professional Indemnity GBP 2Million Section 4B.6 of the SPD requests further information from the successful Tenderers. A copy of your audited accounts or equivalent for the most recent two years, along with details of any significant changes since the previous year end.
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability - previous experience
Description : Section 4C.1.2 of the SPD requests at least one relevant example of previous experience from suppliers tendering for this framework contract and/or services carried out within the last three years. Section 4C.4, Supply Chain Management and Prompt Payment question, must also be completed. For a Pass at 4C.1.2 of the SPD, Tenderers must have a solution in place within an equivalent environment to the tender Specification for each specific Lot that the Tenderer has submitted a response to. For each Lot responded to, the minimum required equivalent environment to the Tender Specification includes having a solution in place that provides all capabilities listed up to and including 4.1 of the Specification of Requirements main section 2 of the ITT. For a Fail at 4C.1.2, Tenderers seeking to develop a fully bespoke solution will be disqualified. Tenderers who cannot provide evidence that their solution is in place within an equivalent environment to the tender Specification will be disqualified. For a Pass at 4C.4 of the SPD, The Tenderer has (or has access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain, has confirmed that they have the systems in place to pay contractors through the supply chain promptly and effectively, and that they will provide evidence, when requested, of (a) their standard payment terms and (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) then they must provide an improvement plan, signed by their Director which improves the payment performance. For a Fail at 4C.4, the Tenderer does not have the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain, does not have the systems in place to pay contractors through the supply chain promptly and effectively, and cannot provide evidence of (a) their standard payment terms and (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 and the Tenderer is unable to provide an improvement plan signed by their Director which improves the payment performance.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 70% Technical
Criterion :
Type : Price
Name :
Description : 30% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 21/08/2024 17:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 03/09/2024 17:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 03/09/2024 17:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court and Justice of the Peace Court
Organisation providing more information on the review procedures : Stirling Sheriff Court and Justice of the Peace Court
Organisation receiving requests to participate : APUC Limited

8. Organisations

8.1 ORG-0001

Official name : APUC Limited
Registration number : SC314764
Postal address : APUC Limited Unit 27, Stirling Business Centre Wellgreen
Town : Stirling
Postcode : FK8 1NH
Country subdivision (NUTS) : Perth & Kinross and Stirling ( UKM77 )
Country : United Kingdom
Contact point : APUC Limited
Telephone : 0131 442 8930
Internet address : https://apuc-scot.ac.uk/
Roles of this organisation :
Buyer
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Stirling Sheriff Court and Justice of the Peace Court
Registration number : Stirling Sheriff Court and Justice of the Peace Court
Department : Review Body
Postal address : Stirling Sheriff Court and Justice of the Peace Court Viewfield Place
Town : Stirling,
Postcode : FK81NH
Country subdivision (NUTS) : Perth & Kinross and Stirling ( UKM77 )
Country : United Kingdom
Contact point : Stirling Sheriff Court House
Telephone : 01786462191
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

11. Notice information

11.1 Notice information

Notice identifier/version : ef1e84f8-ff9c-4061-8477-4a0f52c0634e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/07/2024 14:46 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00443122-2024
OJ S issue number : 143/2024
Publication date : 24/07/2024