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