
Market Leads & Opportunities
United Kingdom-Stirling: PPE, Workwear & Sportswear (APUC)
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 013772/S 000-2025
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Global bid
Contract notice
I) Contracting Authority/Entity
I.1) Name and addresses
Official name: APUC Limited
Postal address: Unit 27, Stirling Business Centre, Wellgreen
Town: Stirling
Region: UKM77
Postal code: FK8 2DZ
Country: United Kingdom
Telephone: +44 1314428930
Email: lmacfarlane@apuc-scot.ac.uk
Internet addresses
I.2) Information about 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
Additional information can be obtained from
the abovementioned address
Tenders or requests to participate must be submitted
Electronically
via
I.4) Type of the contracting authority
Other type
I.5) Main activity
Education
II) Object
II.1.1) Title
PPE, Workwear & Sportswear (APUC)
Reference number: JAN1013 AP
II.1.2) CPV Codes
Main CPV code
18100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Authority are seeking Contractor(s) for PPE, Workwear and Sportswear to the Higher (HE) and Further (FE) Education Institutions throughout Scotland and Higher Education Institutions and other organisations in England and Wales. This includes all members, associate members and their associated and affiliated bodies of APUC Ltd.(Advanced Procurement for Universities & Colleges), HEPCW (Higher Education Procurement Consortia Wales), NEUPC (North Eastern Universities Purchasing Consortium), NWUPC (North Western Universities Purchasing Consortium), LUPC (London Universities Purchasing Consortium) and SUPC (Southern Universities Purchasing Consortium), as detailed within Appendix E – List of Institutions.
The estimated value of the above bodies is estimated at 10,380,000 GBP per annum.
Collaborative Partners include the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office of the Advocate General; The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing.
Information about agencies of the Scottish Ministers, Scottish Non-Departmental Public Bodies and offices in the Scottish Administration which are not ministerial offices are listed at:
Scotland Excel and their associate members and NHS Scotland, NHS National Services Scotland and territorial and special health boards will also be named as having access to this Framework Agreement. This is part of the resilience measures across the public sector, and this will be reflected in the inflated contract value notice. Access by these parties is not designed for ‘business as usual’ activities and purchasing, unless otherwise advised by the relevant parties.
The estimated value of the above bodies is estimated at 32,500,000 GBP per annum.
II.1.5) Estimated Total Value
Value (excluding VAT)
171,520,000
Currency
GBP
II.2) Description
II.2.1) Title
Lot 1B- General PPE (England, Wales and Northern Ireland)
Lot No
2
II.2.2) Additional CPV code(s)
Main CPV code
18113000
18141000
18143000
18440000
II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKN
UKL
Main site or place of performance
Lot 1B – England, Wales and Northern Ireland.
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for PPE to the Higher Education institutions and other organisations in England, Wales and Northern Ireland. This includes all members, associate members and their associated and affiliated bodies of: HEPCW (Higher Education Procurement Consortia Wales), NEUPC (North Eastern Universities Purchasing Consortium), NWUPC (North Western Universities Purchasing Consortium, LUPC (London Universities Purchasing Consortium) and SUPC (Southern Universities Purchasing Consortium) as detailed in Appendix E – List of Institutions within the ITT documents
The Authority is seeking to appoint up to 6 contractors on to Lot 1B 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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 Institutional requirement.
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) Description
II.2.1) Title
Lot 2A – General Workwear & Footwear (Scotland Wide)
Lot No
3
II.2.2) Additional CPV code(s)
Main CPV code
18100000
18800000
18830000
II.2.3) Place of performance
NUTS code
UKM
Main site or place of performance
Lot 2A – Scotland Wide
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for General Workwear & footwear to the Higher(HE) and Further (FE) Education Institutions throughout Scotland. This includes all members, associate members and their associated and affiliated bodies of APUC Ltd (Advanced Procurement Universities and Colleges) as detailed in Appendix E – List of Institutions within the ITT documents. Collaborative Partners include the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office of the Advocate General; The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing,, Scotland Excel and their associate members and NHS Scotland, NHS National Services Scotland (NSS) and territorial and special health boards will also be named as having access to this Framework Agreement.
The Authority is seeking to appoint up to 6 contractors on to Lot 2A. 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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) Description
II.2.1) Title
Lot 2B – General Workwear & Footwear (England, Wales and Northern Ireland)
Lot No
4
II.2.2) Additional CPV code(s)
Main CPV code
18100000
18800000
18830000
II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKN
Main site or place of performance
Lot 2B – England, Wales and Northern Ireland
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for General Workwear & Footwear to the Higher Education institutions and other organisations in England, Wales and Northern Ireland. This includes all members, associate members and their associated and affiliated bodies of: HEPCW (Higher Education Procurement Consortia Wales), NEUPC (North Eastern Universities Purchasing Consortium), NWUPC (North Western Universities Purchasing Consortium, LUPC (London Universities Purchasing Consortium) and SUPC (Southern Universities Purchasing Consortium) as detailed in Appendix E – List of Institutions within the ITT documents
The Authority is seeking to appoint up to 6 contractors on to Lot 2B 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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) Description
II.2.1) Title
Lot 3A – Lab Coats & Dentistry (Scotland Wide)
Lot No
5
II.2.2) Additional CPV code(s)
Main CPV code
18113000
18400000
II.2.3) Place of performance
NUTS code
UKM
Main site or place of performance
Lot 3A – Scotland Wide
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for Lab Coats and Dentistry wear to the Higher(HE) and Further (FE) Education Institutions throughout Scotland. This includes all members, associate members and their associated and affiliated bodies of APUC Ltd (Advanced Procurement Universities and Colleges) as detailed in Appendix E – List of Institutions within the ITT documents. Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office of the Advocate General; The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing,, Scotland Excel and their associate members and NHS Scotland, NHS National Services Scotland (NSS) and territorial and special health boards will also be named as having access to this Framework Agreement.
The Authority is seeking to appoint up to 6 contractors on to Lot 3A. 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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) Description
II.2.1) Title
Lot 3B – Lab Coats & Dentistry (England, Wales and Northern Ireland)
Lot No
6
II.2.2) Additional CPV code(s)
Main CPV code
18113000
18400000
II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKN
Main site or place of performance
Lot 3B – England, Wales and Northern Ireland
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for Lab Coats and Dentistry wear to the Higher Education institutions and other organisations in England, Wales and Northern Ireland. This includes all members, associate members and their associated and affiliated bodies of: HEPCW (Higher Education Procurement Consortia Wales), NEUPC (North Eastern Universities Purchasing Consortium), NWUPC (North Western Universities Purchasing Consortium, LUPC (London Universities Purchasing Consortium) and SUPC (Southern Universities Purchasing Consortium) as detailed in Appendix E – List of Institutions within the ITT documents
The Authority is seeking to appoint up to 6 contractors on to Lot 3B. 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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) Description
II.2.1) Title
Lot 4A – Catering & Front of House (Scotland Wide)
Lot No
7
II.2.2) Additional CPV code(s)
Main CPV code
18100000
18113000
II.2.3) Place of performance
NUTS code
UKM
Main site or place of performance
Lot 4A – Scotland Wide
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for Catering & Front of house uniform to the Higher(HE) and Further (FE) Education Institutions throughout Scotland. This includes all members, associate members and their associated and affiliated bodies of APUC Ltd (Advanced Procurement Universities and Colleges) as detailed in Appendix E – List of Institutions within the ITT documents. Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office of the Advocate General; The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing,, Scotland Excel and their associate members and NHS Scotland, NHS National Services Scotland (NSS) and territorial and special health boards will also be named as having access to this Framework Agreement.
The Authority is seeking to appoint up to 6 contractors on to Lot 4A. 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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) Description
II.2.1) Title
Lot 4B – Catering & Front of House (England, Wales and Northern Ireland)
Lot No
8
II.2.2) Additional CPV code(s)
Main CPV code
18100000
18113000
II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKN
Main site or place of performance
Lot 4B – England, Wales and Northern Ireland
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for Catering & Front of House uniform to the Higher Education institutions and other organisations in England, Wales and Northern Ireland. This includes all members, associate members and their associated and affiliated bodies of: HEPCW (Higher Education Procurement Consortia Wales), NEUPC (North Eastern Universities Purchasing Consortium), NWUPC (North Western Universities Purchasing Consortium, LUPC (London Universities Purchasing Consortium) and SUPC (Southern Universities Purchasing Consortium) as detailed in Appendix E – List of Institutions within the ITT documents. The Authority is seeking to appoint up to 6 contractors on to Lot 4B. 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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) Description
II.2.1) Title
Lot 5A – Specialist PPE (Scotland Wide)
Lot No
9
II.2.2) Additional CPV code(s)
Main CPV code
18113000
18141000
18143000
18440000
II.2.3) Place of performance
NUTS code
UKM
Main site or place of performance
Lot 5A – Scotland Wide
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for Specialist PPE to the Higher(HE) and Further (FE) Education Institutions throughout Scotland. This includes all members, associate members and their associated and affiliated bodies of APUC Ltd (Advanced Procurement Universities and Colleges) as detailed in Appendix E – List of Institutions within the ITT documents.
Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office of the Advocate General; The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing,, Scotland Excel and their associate members and NHS Scotland, NHS National Services Scotland (NSS) and territorial and special health boards will also be named as having access to this Framework Agreement.
The Authority is seeking to appoint up to 6 contractors on to Lot 5A. 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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) Description
II.2.1) Title
Lot 5B – Specialist PPE (England, Wales and Northern Ireland)
Lot No
10
II.2.2) Additional CPV code(s)
Main CPV code
18113000
18141000
18143000
18440000
II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKN
Main site or place of performance
Lot 5B – England, Wales and Northern Ireland
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for specialist PPE to the Higher Education institutions and other organisations in England, Wales and Northern Ireland. This includes all members, associate members and their associated and affiliated bodies of: HEPCW (Higher Education Procurement Consortia Wales), NEUPC (North Eastern Universities Purchasing Consortium), NWUPC (North Western Universities Purchasing Consortium, LUPC (London Universities Purchasing Consortium) and SUPC (Southern Universities Purchasing Consortium) as detailed in Appendix E – List of Institutions within the ITT documents.
The Authority is seeking to appoint up to 6 contractors on to Lot 5B. 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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) Description
II.2.1) Title
Lot 6A – Sports & Fitness Clothing (Scotland Wide)
Lot No
11
II.2.2) Additional CPV code(s)
Main CPV code
18412000
II.2.3) Place of performance
NUTS code
UKM
Main site or place of performance
Lot 6A – Scotland Wide
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for Sports & Fitness Clothing to the Higher(HE) and Further (FE) Education Institutions throughout Scotland. This includes all members, associate members and their associated and affiliated bodies of APUC Ltd (Advanced Procurement Universities and Colleges) as detailed in Appendix E – List of Institutions within the ITT documents.
Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office of the Advocate General; The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing,, Scotland Excel and their associate members and NHS Scotland, NHS National Services Scotland (NSS) and territorial and special health boards will also be named as having access to this Framework Agreement.
The Authority is seeking to appoint up to 6 contractors on to Lot 6A. 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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) Description
II.2.1) Title
Lot 6B – Sports and Fitness Clothing (England, Wales and Northern Ireland)
Lot No
12
II.2.2) Additional CPV code(s)
Main CPV code
18412000
II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKN
Main site or place of performance
Lot 6B – England, Wales and Northern Ireland
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for Sports and Fitness clothing to the Higher Education institutions and other organisations in England, Wales and Northern Ireland. This includes all members, associate members and their associated and affiliated bodies of: HEPCW (Higher Education Procurement Consortia Wales), NEUPC (North Eastern Universities Purchasing Consortium), NWUPC (North Western Universities Purchasing Consortium, LUPC (London Universities Purchasing Consortium) and SUPC (Southern Universities Purchasing Consortium) as detailed in Appendix E – List of Institutions within the ITT documents.
The Authority is seeking to appoint up to 6 contractors on to Lot 6B. 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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) Description
II.2.1) Title
Lot 7A – Catering Kits
Lot No
13
II.2.2) Additional CPV code(s)
Main CPV code
18100000
39222000
II.2.3) Place of performance
NUTS code
UKM
Main site or place of performance
Lot 7A – Scotland Wide (Further Education Institutions Only)
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for Catering Kits to the Further (FE) Education Institutions throughout Scotland. This includes all members, associate members and their associated and affiliated bodies of APUC Ltd (Advanced Procurement Universities and Colleges) as detailed in Appendix E – List of Institutions within the ITT documents.
Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office of the Advocate General; The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing,, Scotland Excel and their associate members and NHS Scotland, NHS National Services Scotland (NSS) and territorial and special health boards will also be named as having access to this Framework Agreement.
The Authority is seeking to appoint up to 6 contractors on to Lot 7A. 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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) Description
II.2.1) Title
Lot 8A – One Stop Shop (Scotland Wide)
Lot No
14
II.2.2) Additional CPV code(s)
Main CPV code
18000000
18100000
18113000
18141000
18200000
18300000
18400000
18440000
18800000
II.2.3) Place of performance
NUTS code
UKM
Main site or place of performance
Lot 8A – Scotland Wide
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for One Stop Shop combining the majority of products available on the previous lots to the higher education(HE) Institutions and further education (FE) Institutions throughout Scotland, which includes all members, associate members and their associated and affiliated bodies of APUC Ltd (Advanced Procurement Universities and Colleges) as detailed in Appendix E – List
of Institutions within the ITT documents.
Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office of the Advocate General; The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing,, Scotland Excel and their associate members and NHS Scotland, NHS National Services Scotland (NSS) and territorial and special health boards will also be named as having access to this Framework Agreement.
The Authority is seeking to appoint up to 6 contractors on to Lot 8A. 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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) Description
II.2.1) Title
Lot 8B – One Stop Shop (England, Wales and Northern Ireland)
Lot No
15
II.2.2) Additional CPV code(s)
Main CPV code
18000000
18100000
18113000
18141000
18200000
18300000
18400000
18440000
18800000
II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKN
Main site or place of performance
Lot 8B – England, Wales and Northern Ireland
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for One Stop Shop combining the majority of products available on the previous lots to the Higher and Further Education Institutions in England, Wales and Northern Ireland. This includes all members, associate members and their associated and affiliated bodies of: HEPCW (Higher Education Procurement Consortia Wales), NEUPC (North Eastern Universities Purchasing Consortium), NWUPC (North Western Universities Purchasing Consortium, LUPC (London Universities Purchasing Consortium) and SUPC (Southern Universities Purchasing Consortium) as detailed in Appendix E – List of Institutions within the ITT documents.
The Authority is seeking to appoint up to 6 contractors on to Lot 8B. 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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) Description
II.2.1) Title
Lot 1A – General PPE (Scotland Wide)
Lot No
1
II.2.2) Additional CPV code(s)
Main CPV code
18113000
18141000
18143000
18440000
II.2.3) Place of performance
NUTS code
UKM
Main site or place of performance
Lot 1A – Scotland Wide
II.2.4) Description of the procurement
The Authority is seeking Contractor(s) for PPE to the Higher(HE) and Further (FE) Education Institutions throughout Scotland. This includes all members, associate members and their associated and affiliated bodies of APUC Ltd (Advanced Procurement Universities and Colleges) as detailed in Appendix E – List of Institutions within the ITT documents. Collaborative Partners include the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office of the Advocate General; The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing, Scotland Excel and their associate members and NHS Scotland, NHS National Services Scotland (NSS) and territorial and special health boards will also be named as having access to this Framework Agreement.
The Authority is seeking to appoint up to 6 contractors on to Lot 1A. 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.2.5) Award Criteria
Quality
Name: Technical
Weighting: 50
Price
Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
720
This contract is subject to renewal
Yes
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.2.11) 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
III) Legal, economic, financial and technical information
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.
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
Envisaged maximum number of participants to the framework agreement
90
IV.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 expressions of interest
2025-05-13 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.5) Scheduled date for start of award procedures
2025-05-13 13:00
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in days
180
from the date stated for receipt of tender
IV.2.7) Conditions for opening of tenders
Date: 2025-05-13 13:00
VI) Complementary information
VI.1) Information about recurrence
This is a recurrent procurement
Yes
Estimated timing for further notices to be published
The Framework Agreement will run for an initial period of 24 months and may be extended for a further 24 month period, after which it will be re-tendered.
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 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 (if applicable) in the Technical Questionnaire. It is for information only and will not be scored.
Sustain Supply Chain Code of Conduct
The Authority has developed 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.
List Of Institutions
Tenderers must complete Appendix E to confirm their ability to service the required coverage levels.
GDPR Contractor Assessment Form
Please complete Appendix G in the Technical Questionnaire in PCS-Tender. It is for Information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms.
Prompt Payment
Tenderers must confirm that payment of subcontractors at all stages of the supply chain will be made within a maximum of 30 days and that this will be managed. 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.
Serious Organised Crime
Please complete Appendix H in the Technical Questionnaire. Tenderers must complete the Declaration of Non-Involvement in Serious Organised Crime. It is for information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms.
Human Trafficking & Labour Exploitation
Please complete Appendix I in the Technical Questionnaire. Tenderers must complete the Declaration of Non-Involvement in Human Trafficking & labour Exploitation. It is for information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms.
SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1
SCM RP Section 1 is the Authority’s designated tool for contracted suppliers to keep up-to-date essential information on their company, which allows the Authority to get an insight into their company’s general standing, commitment to preventing modern slavery and addressing climate change, as well as their pledge to fair and decent working practices for their staff. Tenderers must confirm that they will commit to completing SCM RP Section 1 on award and review on a yearly basis. 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.
Living Wage Status
Please provide details on your position on the Real Living Wage. This information should be submitted in the Technical envelope in PSC-T. It is for information only and will not be scored.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28864. 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.
(SC Ref:794673)
VI.4) Procedures for review
VI.4.1) Review body
Official name
Stirling Sheriff Court
Postal address: Sheriff Court House, Viewfield Place
Town: Stirling
Postal code: FK8 1NH
Country: United Kingdom
Email: enquiries@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
2025-04-08 16:35
More Opportunties
- United Kingdom-Birmingham: Inflatable Volleyball Dome Provision
29 Apr 25
The project involves the construction of the UK's first indoor beach volleyball courts at Moor Lane playing fields, Birmingham, UK. This will consist of four international standard beach volleyball courts, housed under an inflatable dome that will be erec> > - United Kingdom-Birmingham: Inflatable Volleyball Dome Provision
29 Apr 25
The project involves the construction of the UK's first indoor beach volleyball courts at Moor Lane playing fields, Birmingham, UK. This will consist of four international standard beach volleyball courts, housed under an inflatable dome that will be erec> > - United Kingdom-Wokingham: Energy
29 Apr 25
Award contract with the Laser Framework for the supply of electricity for 1 year> >