Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PPE, Workwear & Sportswear (APUC)

  • First published: 14 April 2025
  • Last modified: 14 April 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04ff1e
Published by:
APUC Limited
Authority ID:
AA20142
Publication date:
14 April 2025
Deadline date:
13 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

APUC Limited

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

UK

Telephone: +44 1314428930

E-mail: lmacfarlane@apuc-scot.ac.uk

NUTS: UKM77

Internet address(es)

Main address: http://www.apuc-scot.ac.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Other: Education

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

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

II.2) Description

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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

With reference to 4B.5 of the ESPD in the qualification questionnaire, bidders must confirm they can provide the following supporting evidence prior to award:

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP

Public Liability Insurance = 5 000 000 GBP

Product Liability Insurance = 5 000 000 GBP

With reference to 4B.6 of the ESPD in the qualification questionnaire, bidders must confirm they can provide the following supporting evidence prior to award:

To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or equivalent if awarded the Framework Agreement.

Alternatively, if the contractor is unable to provide the required accounting information e.g. a new business without the required accounts, then they will be required to provide a bankers letter demonstrating their willingness to support the Contractors organisation over the them of the Framework Agreement.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Submission of Management Information

Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by institution under the Framework Agreement for the reporting period.

Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website: http://ucsp.ac.uk/ using the template provided (template shall be provided during the lead-in period). The supplied template is the only format permissible and should contain

Contractor name, tender reference, total net spend by institution each month. If there has been no spend for the quarter, then this will still require you to log in and record a nil spend return.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 90

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 172-417107

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 13/05/2025

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 13/05/2025

Local time: 13:00

Section 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The Contractor will work with the Authority to 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

Stirling Sheriff Court

Sheriff Court House, Viewfield Place

Stirling

FK8 1NH

UK

E-mail: enquiries@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/stirling-sheriff-court-and-justice-of-the-peace-court

VI.5) Date of dispatch of this notice

08/04/2025

Coding

Commodity categories

ID Title Parent category
39222000 Catering supplies Kitchen equipment, household and domestic items and catering supplies
18000000 Clothing, footwear, luggage articles and accessories Materials and Products
18800000 Footwear Clothing, footwear, luggage articles and accessories
18300000 Garments Clothing, footwear, luggage articles and accessories
18440000 Hats and headgear Special clothing and accessories
18113000 Industrial clothing Occupational clothing
18100000 Occupational clothing, special workwear and accessories Clothing, footwear, luggage articles and accessories
18200000 Outerwear Clothing, footwear, luggage articles and accessories
18830000 Protective footwear Footwear
18143000 Protective gear Workwear accessories
18400000 Special clothing and accessories Clothing, footwear, luggage articles and accessories
18412000 Sportswear Special clothing
18141000 Work gloves Workwear accessories

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lmacfarlane@apuc-scot.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.