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: Graeme Kerr
Telephone: +44 1314428930
E-mail: gkerr@apuc-scot.ac.uk
NUTS: UKM
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
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Legal Services
Reference number: PFB1047 AP
II.1.2) Main CPV code
79100000
II.1.3) Type of contract
Services
II.1.4) Short description
APUC are seeking Contractor(s) for the provision of specialist Legal Services for the further and higher education sector in Scotland.
APUC are looking to obtain, through this tendering process, price normalisation for all institutions regardless of size and demand.
II.1.5) Estimated total value
Value excluding VAT:
12 000 000.00
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
Commercial-Business
II.2.2) Additional CPV code(s)
66513000
66513100
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland
II.2.4) Description of the procurement
Provision of legal services in Commercial-Business specialism including, but not limited to, the following:
- Procurement & other contract law
- Commercial corporate governance
- Joint ventures
- Banking, finance, insurance and taxation
- Company formation
- Corporate finance
- Bond Issuance, mergers and acquisitions
- Competition law
- Freedom of Information
- General Data Protection Regulation (GDPR)
- Intellectual Property
- Technology Law including Software Licensing Agreements
- Software Licensing Agreements
- Debt collection
- Commercial and consumer debt collection
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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 12 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
Property & Estates
II.2.2) Additional CPV code(s)
66513000
66513100
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Provision of legal services in Property & Estates specialism including but not limited to the following:
- Conveyancing
- Landlord and tenant law
- General estate management issues
- Planning law
- Major building projects
- Student accommodation
- Construction and Engineering
- Environmental law
- CONTEST
- Martyn’s Law
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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 12 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: 3
II.2.1) Title
People / HR Matters
II.2.2) Additional CPV code(s)
66513000
66513100
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland
II.2.4) Description of the procurement
Provision of legal services in People / HR Matters specialism including, but not limited to, the following:
- Employment relations
- Employment contracts and policies
- UK Visas & Immigration matters
- Equality and diversity
- Organisational change
- Health and safety
- TUPE
- Pension law and advice
- Student support and regulatory matters
- Data protection
- Freedom of Information
- Fair Working Practices
- Employment dispute resolution including tribunals
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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 12 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
Charity
II.2.2) Additional CPV code(s)
66513000
66513100
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland
II.2.4) Description of the procurement
Provision of legal services in Charity specialism including, but not limited to, the following:
- Charity law
- Fundraising and sponsorship
- Constitutional and parliamentary issues (including bulls, charters and statutes)
- Charity corporate governance.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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 12 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
International
II.2.2) Additional CPV code(s)
66513000
66513100
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland
II.2.4) Description of the procurement
Provision of legal services in International specialism including, but not limited to, the following:
- Public International Law
- Law of the Sea
- International Criminal Law
- International ventures
- International Humanitarian Law
- International Human Rights Law
- Refugee Law
- Private International Law
- Supranational Law
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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 12 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
Dispute Resolution (Including Student Matters)
II.2.2) Additional CPV code(s)
66513000
66513100
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland
II.2.4) Description of the procurement
Provision of dispute resolution legal services including student matters including, but not limited to, the following:
- Resolution of disputes including litigation, adjudication, mediation and arbitration
- Commercial and property related litigation and dispute resolution
- Health and Safety and Regulatory matters, including the defence of regulatory investigations and prosecutions
- Personal injury litigation, including stress and disease claims
- Reputation management, including defamation
- Judicial review
- Briefing and recommendation of Counsel
- Student academic appeals, student complaints, student disciplinary matters, failure to educate, fitness to practise issues and other student procedures and processes
- Data protection in a staff and student matters context
- Representation on behalf of the University at appeal / complaint / disciplinary hearings as required
- Student contract issues including the procedures for the making of offers and for enrolment
- Compliance with the requirements of the Competition and Markets Authority (CMA), and other regulatory bodies in relation to the student contract for tuition (including fee issues)
- Alternative Dispute Resolution (ADR)
- Ensuring compliance with relevant regulatory requirements in Scotland and provide full assistance with any investigations undertaken by the Scottish Funding Council (SFC) and the Scottish Public Services Ombudsman (SPSO).
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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 12 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
Education Law and Research
II.2.2) Additional CPV code(s)
66513000
66513100
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland
II.2.4) Description of the procurement
Provision of legal services in Education and Research specialism including, but not limited to, the following:
- Academic research (including grants) & research originated knowledge transfer.
- Compliance with broader regulatory frameworks, including Material Asset Transfers, the Foreign Influence Registration Scheme (FIRS), and international protocols such as the Nagoya Protocol.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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 12 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
One-Stop-Shop
II.2.2) Additional CPV code(s)
66513000
66513100
79100000
79110000
79111000
79112000
79130000
79140000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland
II.2.4) Description of the procurement
Institutions shall be entitled to appoint a single firm to advise and/or represent on all matters of law, which may include some or all of the specialist areas in technical expertise described above. This may involve the provision of a full legal advice service to an Institution or may involve working in partnership with an in-house legal resource, providing supplementary legal resource or expertise from time to time as caseload requires across more than one of the specialisms.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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 12 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Providers must be accredited by the professional body relevant to the delivery of these services (Law Society of Scotland).
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
Please refer to Question 4B.5 of the SPD and Economic and Financial Standing section of the Contract Notice. Tenderers must confirm that they can provide the following supporting evidence prior to award:
Professional Risk Indemnity: 3,000,000.00 GBP
Employer's (Compulsory) Liability: 5,000,000.00 GBP
Public Liability: 5,000,000.00 GBP
To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or equivalent if awarded to the Framework Agreement. Alternatively, if the Contractor is unable to provide the required accounting information, e.g. due to being a new business, then they will be required to provide a banker's letter demonstrating their willingness to the support the Contractor's organisation over the term of the framework agreement.
Please refer to 4B.6 of the SPD
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 than30 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.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Bidders must be a member of the Law Society of Scotland. Please see SPD Question 4A.1a
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.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 48
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:
2025/S 000-002964
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/10/2025
Local time: 14:00
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:
21/10/2025
Local time: 15:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
August 2029
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
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.
Suppliers should confirm they will be in a position to complete (at point of award) the following:
Appendix A Form of Tender
Appendix B Freedom of Information
Appendix D APUC Sustain Supply Chain Code of Conduct
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29883. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Sub-Contracting is not a significant part of the overall anticipated contract spend.
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. Student law clinics supported or hosted to provide practical learning experience. Mentorships linking professionals with students for career guidance. Work experience placements for students, particularly from disadvantaged backgrounds. Apprenticeships offering structured career entry routes. Sponsorships of student initiatives, community projects, or events. Professional development opportunities such as workshops, seminars, or masterclasses. Investment in the local community (e.g., funding community projects, volunteering, supporting charities).
(SC Ref:804364)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court House
Viewfield Place
Stirling
FK8 1NH
UK
VI.5) Date of dispatch of this notice
17/09/2025