Tender

PPE, Workwear & Sportswear (APUC)

  • APUC Limited

F02: Contract notice

Notice identifier: 2025/S 000-013772

Procurement identifier (OCID): ocds-h6vhtk-04ff1e

Published 8 April 2025, 4:35pm



Section one: Contracting authority

one.1) Name and addresses

APUC Limited

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

Email

lmacfarlane@apuc-scot.ac.uk

Telephone

+44 1314428930

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

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

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Other type

Education

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PPE, Workwear & Sportswear (APUC)

Reference number

JAN1013 AP

two.1.2) Main CPV code

  • 18100000 - Occupational clothing, special workwear and accessories

two.1.3) Type of contract

Supplies

two.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.

two.1.5) Estimated total value

Value excluding VAT: £171,520,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1B- General PPE (England, Wales and Northern Ireland)

Lot No

2

two.2.2) Additional CPV code(s)

  • 18143000 - Protective gear
  • 18113000 - Industrial clothing
  • 18141000 - Work gloves
  • 18440000 - Hats and headgear

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKN - Northern Ireland
  • UKL - Wales
Main site or place of performance

Lot 1B - England, Wales and Northern Ireland.

two.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

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 2A - General Workwear & Footwear (Scotland Wide)

Lot No

3

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories
  • 18800000 - Footwear
  • 18830000 - Protective footwear

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Lot 2A - Scotland Wide

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 2B - General Workwear & Footwear (England, Wales and Northern Ireland)

Lot No

4

two.2.2) Additional CPV code(s)

  • 18800000 - Footwear
  • 18830000 - Protective footwear
  • 18100000 - Occupational clothing, special workwear and accessories

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKN - Northern Ireland
Main site or place of performance

Lot 2B - England, Wales and Northern Ireland

two.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

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 3A - Lab Coats & Dentistry (Scotland Wide)

Lot No

5

two.2.2) Additional CPV code(s)

  • 18400000 - Special clothing and accessories
  • 18113000 - Industrial clothing

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Lot 3A - Scotland Wide

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 3B - Lab Coats & Dentistry (England, Wales and Northern Ireland)

Lot No

6

two.2.2) Additional CPV code(s)

  • 18400000 - Special clothing and accessories
  • 18113000 - Industrial clothing

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKN - Northern Ireland
Main site or place of performance

Lot 3B - England, Wales and Northern Ireland

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 4A - Catering & Front of House (Scotland Wide)

Lot No

7

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories
  • 18113000 - Industrial clothing

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Lot 4A - Scotland Wide

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 4B - Catering & Front of House (England, Wales and Northern Ireland)

Lot No

8

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories
  • 18113000 - Industrial clothing

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKN - Northern Ireland
Main site or place of performance

Lot 4B - England, Wales and Northern Ireland

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 5A - Specialist PPE (Scotland Wide)

Lot No

9

two.2.2) Additional CPV code(s)

  • 18143000 - Protective gear
  • 18113000 - Industrial clothing
  • 18141000 - Work gloves
  • 18440000 - Hats and headgear

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Lot 5A - Scotland Wide

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 5B - Specialist PPE (England, Wales and Northern Ireland)

Lot No

10

two.2.2) Additional CPV code(s)

  • 18143000 - Protective gear
  • 18113000 - Industrial clothing
  • 18141000 - Work gloves
  • 18440000 - Hats and headgear

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKN - Northern Ireland
Main site or place of performance

Lot 5B - England, Wales and Northern Ireland

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 6A - Sports & Fitness Clothing (Scotland Wide)

Lot No

11

two.2.2) Additional CPV code(s)

  • 18412000 - Sportswear

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Lot 6A - Scotland Wide

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 6B - Sports and Fitness Clothing (England, Wales and Northern Ireland)

Lot No

12

two.2.2) Additional CPV code(s)

  • 18412000 - Sportswear

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKN - Northern Ireland
Main site or place of performance

Lot 6B - England, Wales and Northern Ireland

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 7A - Catering Kits

Lot No

13

two.2.2) Additional CPV code(s)

  • 39222000 - Catering supplies
  • 18100000 - Occupational clothing, special workwear and accessories

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Lot 7A - Scotland Wide (Further Education Institutions Only)

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 8A - One Stop Shop (Scotland Wide)

Lot No

14

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18400000 - Special clothing and accessories
  • 18800000 - Footwear
  • 18200000 - Outerwear
  • 18300000 - Garments
  • 18113000 - Industrial clothing
  • 18141000 - Work gloves
  • 18440000 - Hats and headgear

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Lot 8A - Scotland Wide

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 8B - One Stop Shop (England, Wales and Northern Ireland)

Lot No

15

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18400000 - Special clothing and accessories
  • 18800000 - Footwear
  • 18200000 - Outerwear
  • 18300000 - Garments
  • 18113000 - Industrial clothing
  • 18141000 - Work gloves
  • 18440000 - Hats and headgear

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKN - Northern Ireland
Main site or place of performance

Lot 8B - England, Wales and Northern Ireland

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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.

two.2) Description

two.2.1) Title

Lot 1A - General PPE (Scotland Wide)

Lot No

1

two.2.2) Additional CPV code(s)

  • 18143000 - Protective gear
  • 18113000 - Industrial clothing
  • 18141000 - Work gloves
  • 18440000 - Hats and headgear

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Lot 1A - Scotland Wide

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Purchases under this agreement may be related to Horizon Funding

two.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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly 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.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly 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.

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 90

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 172-417107

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

Date

13 May 2025

Local time

12:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

13 May 2025

Local time

1:00pm


Section six. Complementary information

six.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.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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)

six.4) Procedures for review

six.4.1) Review body

Stirling Sheriff Court

Sheriff Court House, Viewfield Place

Stirling

FK8 1NH

Email

enquiries@scotcourts.gov.uk

Country

United Kingdom

Internet address

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