The procurement documents are available for unrestricted and full direct access, free of charge at:
II.1.1) Title
PPE, Workwear & Sportswear (APUC)
Reference number: JAN1013 AP
II.1.2) 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:
http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies
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:
171 520 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Lot No: 1
II.2.1) Title
Lot 1A - General PPE (Scotland Wide)
II.2.2) Additional CPV code(s)
18143000
18113000
18141000
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
Lot No: 2
II.2.1) Title
Lot 1B- General PPE (England, Wales and Northern Ireland)
II.2.2) Additional CPV code(s)
18143000
18113000
18141000
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
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.
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:
Yes
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.
Lot No: 3
II.2.1) Title
Lot 2A - General Workwear & Footwear (Scotland Wide)
II.2.2) Additional CPV code(s)
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
Lot No: 4
II.2.1) Title
Lot 2B - General Workwear & Footwear (England, Wales and Northern Ireland)
II.2.2) Additional CPV code(s)
18800000
18830000
18100000
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
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
Lot No: 5
II.2.1) Title
Lot 3A - Lab Coats & Dentistry (Scotland Wide)
II.2.2) Additional CPV code(s)
18400000
18113000
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
Lot No: 6
II.2.1) Title
Lot 3B - Lab Coats & Dentistry (England, Wales and Northern Ireland)
II.2.2) Additional CPV code(s)
18400000
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 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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
Lot No: 7
II.2.1) Title
Lot 4A - Catering & Front of House (Scotland Wide)
II.2.2) Additional CPV code(s)
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
Lot No: 8
II.2.1) Title
Lot 4B - Catering & Front of House (England, Wales and Northern Ireland)
II.2.2) Additional CPV code(s)
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
Lot No: 9
II.2.1) Title
Lot 5A - Specialist PPE (Scotland Wide)
II.2.2) Additional CPV code(s)
18143000
18113000
18141000
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
Lot No: 10
II.2.1) Title
Lot 5B - Specialist PPE (England, Wales and Northern Ireland)
II.2.2) Additional CPV code(s)
18143000
18113000
18141000
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
Lot No: 11
II.2.1) Title
Lot 6A - Sports & Fitness Clothing (Scotland Wide)
II.2.2) Additional CPV code(s)
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
Lot No: 12
II.2.1) Title
Lot 6B - Sports and Fitness Clothing (England, Wales and Northern Ireland)
II.2.2) Additional CPV code(s)
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
Lot No: 13
II.2.1) Title
Lot 7A - Catering Kits
II.2.2) Additional CPV code(s)
39222000
18100000
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
Lot No: 14
II.2.1) Title
Lot 8A - One Stop Shop (Scotland Wide)
II.2.2) Additional CPV code(s)
18000000
18100000
18400000
18800000
18200000
18300000
18113000
18141000
18440000
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
Lot No: 15
II.2.1) Title
Lot 8B - One Stop Shop (England, Wales and Northern Ireland)
II.2.2) Additional CPV code(s)
18000000
18100000
18400000
18800000
18200000
18300000
18113000
18141000
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 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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
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 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:
Yes
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.
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.
Tenderers must sign Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.
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.
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.
Tenderers must complete Appendix E to confirm their ability to service the required coverage levels.
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.
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.
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.
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 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.
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: 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/
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.