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

Fresh Fish and Seafood (APUC)

  • First published: 19 May 2025
  • Last modified: 19 May 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-05118b
Published by:
APUC Limited
Authority ID:
AA20142
Publication date:
19 May 2025
Deadline date:
12 June 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority is seeking Contractor(s) for the supply and delivery of Fresh Fish and Seafood products to Higher (HE) and Further (FE) Education Institutions throughout Scotland and Glasgow City Council. This includes all members, associate members and their associated and affiliated bodies of APUC Ltd as detailed at https://www.apuc-scot.ac.uk/#!/members. Fuller details can be found within Appendix E - List of Institutions, as issued with the Invitation To Tender documents.

The Authority is seeking to obtain, through this tendering process, price normalisation for all Institutions within a Lot - regardless of size and demand.

The Authority is also seeking to gain a level of price normalisation across the Lots where no Lot is subsidised by a smaller or more geographically disperse Lot. A maximum of 4 Contractors will be appointed per lot.

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

Contact person: Leesa Rintoul

Telephone: +44 1314428930

E-mail: lrintoul@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

Fresh Fish and Seafood (APUC)

Reference number: CAT1074 AP

II.1.2) Main CPV code

03311000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Authority is seeking Contractor(s) for the supply and delivery of Fresh Fish and Seafood products to Higher (HE) and Further (FE) Education Institutions throughout Scotland and Glasgow City Council. This includes all members, associate members and their associated and affiliated bodies of APUC Ltd as detailed at https://www.apuc-scot.ac.uk/#!/members. Fuller details can be found within Appendix E - List of Institutions, as issued with the Invitation To Tender documents.

The Authority is seeking to obtain, through this tendering process, price normalisation for all Institutions within a Lot - regardless of size and demand.

The Authority is also seeking to gain a level of price normalisation across the Lots where no Lot is subsidised by a smaller or more geographically disperse Lot. A maximum of 4 Contractors will be appointed per lot.

II.1.5) Estimated total value

Value excluding VAT: 2 680 000.00  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 1 - North Highland and Western Isles

II.2.2) Additional CPV code(s)

03311000

03312200

15119600

15200000

03311100

03311200

15250000

15211100

15234000

15210000

II.2.3) Place of performance

NUTS code:

UKM6

II.2.4) Description of the procurement

The scope of this agreement is the supply of a range of fresh fish and seafood products, consisting of a core requirement of whole fish, fillet and cuts, smoked and marinated fish, smoked salmon, shellfish and fresh pre-made fish products.

Contractors must be able to price and supply a minimum of 84 per cent of the products listed in the Core Product List A of each geographical lot bid for, taking into consideration seasonal availability of certain fish.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 45

Price / Weighting:  55

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: No

II.2.14) Additional information

Economic operators may have been 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 2 - Aberdeen and Grampians

II.2.2) Additional CPV code(s)

03311000

03312200

15119600

15200000

03311200

15250000

15211100

15234000

15210000

03311100

II.2.3) Place of performance

NUTS code:

UKM50

II.2.4) Description of the procurement

The scope of this agreement is the supply of a range of fresh fish and seafood products, consisting of a core requirement of whole fish, fillet and cuts, smoked and marinated fish, smoked salmon, shellfish and fresh pre-made fish products.

Contractors must be able to price and supply a minimum of 84 per cent of products listed in the Core Product List A of each geographical lot bid for, taking into consideration seasonal availability of certain fish.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 45

Price / Weighting:  55

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: No

II.2.14) Additional information

Economic operators may have been 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 3 - Perth, Angus, Dundee and Fife

II.2.2) Additional CPV code(s)

03311000

03312200

15119600

15200000

03311200

15250000

15211100

15234000

15210000

03311100

II.2.3) Place of performance

NUTS code:

UKM71

UKM72

UKM77

II.2.4) Description of the procurement

The scope of this agreement is the supply of a range of fresh fish and seafood products, consisting of a core requirement of whole fish, fillet and cuts, smoked and marinated fish, smoked salmon, shellfish and fresh pre-made fish products.

Contractors must be able to price and supply a minimum of 84 per cent of products listed in the Core Product List A of each geographical lot bid for, taking into consideration seasonal availability of certain fish.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 45

Price / Weighting:  55

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: No

II.2.14) Additional information

Economic operators may have been 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

South-East Scotland (Stirling, Edinburgh, Lothian and Borders)

II.2.2) Additional CPV code(s)

03311000

03312200

03311200

15119600

15200000

15211100

15210000

15234000

15250000

03311100

II.2.3) Place of performance

NUTS code:

UKM75

UKM73

UKM78

UKM77

UKM76

UKM91

II.2.4) Description of the procurement

The scope of this agreement is the supply of a range of fresh fish and seafood products, consisting of a core requirement of whole fish, fillet and cuts, smoked and marinated fish, smoked salmon, shellfish and fresh pre-made fish products.

Contractors must be able to price and supply a minimum of 84 per cent of products listed in the Core Product List A of each geographical lot bid for, taking into consideration seasonal availability of certain fish.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 45

Price / Weighting:  55

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: No

II.2.14) Additional information

Economic operators may have been 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 5 - West of Scotland (Greater Glasgow, Argyll, Renfrewshire, Ayrshire, and Dumfries and Galloway)

II.2.2) Additional CPV code(s)

03311000

03312200

15119600

15200000

03311200

15250000

15211100

15234000

15210000

03311100

II.2.3) Place of performance

NUTS code:

UKM8

UKM92

II.2.4) Description of the procurement

The scope of this agreement is the supply of a range of fresh fish and seafood products, consisting of a core requirement of whole fish, fillet and cuts, smoked and marinated fish, smoked salmon, shellfish and fresh pre-made fish products.

Contractors must be able to price and supply a minimum of 84 per cent of products listed in the Core Product List of each geographical lot bid for, taking into consideration seasonal availability of certain fish.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 45

Price / Weighting:  55

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: No

II.2.14) Additional information

Economic operators may have been 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 Q4B.5 of the SPD 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 Q4B.6 of the SPD 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 term 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: 20

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 12/06/2025

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: 12/06/2025

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 the Form of Tender - Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.

Freedom of Information

Please confirm that you will be in a position to complete, prior to award, Appendix B - Freedom of Information(if applicable) in the Technical Questionnaire. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.

Sustain Supply Chain Code of Conduct

The Authority has developed a Sustain Supply Chain Code of Conduct- Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Sustain Supply Chain Code of Conduct prior to award to assist in achieving its objectives.

List Of Institutions

Tenderers must complete and return Appendix E - List of Institutions to confirm their ability to service the required coverage levels.

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.

Living Wage Status

Please provide details on your position on the Real Living Wage. This information should be submitted in the Technical Envelope in PCS-T. It is for information only and will not be scored.

Serious Organised Crime

Please complete Appendix H – Declaration of Non-Involvement in Serious Organised Crime 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 – Declaration of Non-Involvement in Human Trafficking & Labour Exploitation 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. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29118. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Community benefits such as apprenticeships, training opportunities, work experience, charity contributions, support for community projects, etc will be required as part of the successful appointment to the Framework Agreement.

(SC Ref:797525)

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

13/05/2025

Coding

Commodity categories

ID Title Parent category
03311000 Fish Fish, crustaceans and aquatic products
15210000 Fish fillets, fish livers and roe Prepared and preserved fish
15119600 Fish meat Various meats
03311200 Fish of the cod family Fish
03311100 Flat fish Fish
15211100 Fresh fish fillets Fish fillets
15200000 Prepared and preserved fish Food, beverages, tobacco and related products
15250000 Seafood Prepared and preserved fish
03312200 Shellfish Crustaceans
15234000 Smoked fish Dried or salted fish; fish in brine; smoked fish

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:
lrintoul@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.