Section one: Contracting authority
one.1) Name and addresses
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
Telephone
+44 1314428950
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
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.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.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Print Books & Standing Orders (APUC)
Reference number
LIB1023 AP
two.1.2) Main CPV code
- 22113000 - Library books
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Authority is seeking to appoint Contractors to supply and deliver a wide range of English language, UK non-English language and International language academic content in print format.
The Authority is acting on behalf of the HE and FE institutions in Scotland, Members of the Scottish Confederation of University and Research Libraries (SCURL) which includes amongst its members, the National Library of Scotland, the National Museum of Scotland, the Royal Botanic Garden Edinburgh and Scotland Excel and its members.
two.1.5) Estimated total value
Value excluding VAT: £4,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
English language and UK non-English language publications
Lot No
1
two.2.2) Additional CPV code(s)
- 22110000 - Printed books
- 22113000 - Library books
- 22114000 - Dictionaries, maps, music books and other books
- 22114100 - Dictionaries
- 22114200 - Atlases
- 22114300 - Maps
- 22112000 - Textbooks
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
For the appointment of up to 3 contractors for the supply and delivery of English language and UK non-English language academic content in print format.
This exercise is being undertaken on behalf of the HE/FE Institutions in Scotland and the members of Scottish Confederation of University and Research Libraries (SCURL), including the National Library of Scotland, National Museum of Scotland, the Royal Botanic Gardens Edinburgh.
Parties eligible to use the Framework Agreement are as listed in Appendix E — List of Institutions.
Members of APUC - http://www.apuc-scot.ac.uk/.
Members of Scottish Confederation of University and Research Libraries (SCURL) https://www.scurl.ac.uk/members.
Members of Scotland Excel - http://www.scotland-excel.org.uk/.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £4,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 October 2025
End date
19 October 2027
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will commence on the 20.10.2025 for an initial period of 2 years and will expire on the 19.10.2027.
The Authority reserves the right to extend the Framework Agreement for a further 2 x 12 month periods subject to satisfactory performance and continued requirements of the members of APUC and SCURL.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The scope of the framework agreement will also cover alternative formats, including but not limited to CD, DVD/Blu Ray, Maps, Posters, Music Scores and Kits.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
International language publications
Lot No
2
two.2.2) Additional CPV code(s)
- 22110000 - Printed books
- 22112000 - Textbooks
- 22113000 - Library books
- 22114000 - Dictionaries, maps, music books and other books
- 22114100 - Dictionaries
- 22114200 - Atlases
- 22114300 - Maps
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
For the appointment of up to 6 contractors for the supply and delivery of International language academic content in print format.
This exercise is being undertaken on behalf of the HE/FE Institutions in Scotland and the members of Scottish Confederation of University and Research Libraries (SCURL), including the National Library of Scotland, National Museum of Scotland, the Royal Botanic Gardens Edinburgh.
Parties eligible to use the Framework Agreement are as listed in Appendix E — List of Institutions.
Members of APUC - http://www.apuc-scot.ac.uk/.
Members of Scottish Confederation of University and Research Libraries (SCURL) https://www.scurl.ac.uk/members.
Members of Scotland Excel - http://www.scotland-excel.org.uk/.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 October 2025
End date
19 October 2027
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will commence on the 20.10.2025 for an initial period of 2 years and will expire on the 19.10.2027.
The Authority reserves the right to extend the Framework Agreement for a further 2 x 12 month periods subject to satisfactory performance and continued requirements of the members of APUC and SCURL.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The scope of the framework agreement will also cover alternative formats, including but not limited to CD, DVD/Blu Ray, Maps, Posters, Music Scores and Kits.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
List and brief description of selection criteria:
Please refer to the “Qualification Envelope” of the ITT within PCS-T to answer the selection criteria.
Tenderers must confirm they can provide the following supporting evidence prior to award:
Employer's (Compulsory) Liability Insurance* = GBP 5 Million (Lot 1)
Product and Public Liability Insurance = GBP 5 Million (Lot 1)
Employer's (Compulsory) Liability Insurance* = GBP 5 Million (Lot 2)
Product and Public Liability Insurance = GBP 2 Million (Lot 2)
Please refer to Part IV Selection Criteria: Questions within 4B.5 of the SPD
The successful tenderer will be required to provide 2 years audited accounts, or equivalent if awarded to the Framework Agreement.
Please refer to Part IV Selection Criteria: Questions within 4B.6 of the SPD.
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
Prior to the commencement of the Framework Agreement, the Contractor will provide the Authority with contact details of the Management Information contact who will be provided with a template spreadsheet/reporting schedule along with a username and password for the management information website http://www.ucsp.ac.uk/.
Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter by logging into the website and uploading the template document. If there has been no spend for the quarter then this will still require you to log in and record a nil spend return.
Following the beginning of each new academic year the Authority will provide the Contractor with a new template along with the reporting schedule.
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: 9
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: 2025/S 000-004273
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 August 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
14 August 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: February 2029
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
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.
Tenderers must confirm they will be in a position to complete (prior to award) the following:
Appendix A Form of Tender
Appendix B Freedom of Information
Appendix D APUC Sustain Supply Chain Code of Conduct
Appendix G General Data Protection Regulation (GDPR)
Appendix H Declaration of Non-involvement in Serious Organised Crime
These documents are a requirement of this tender and will be included in the contractual terms.
Tenderers must complete and submit the following Appendices at the point of tender submission
Appendix J Library Management Systems & Read List Systems
Appendix K For Lot 2 Languages (will not be scored)
List Of Institutions
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 max 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.
SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1
SCM RP 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.
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 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:
The required service will be provided the Contractor.
Community benefits are included in this requirement. For more information see: ITT
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29504. 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:
The required service will be provided the appointed Contractor(s)
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:
A summary of the expected community benefits has been provided as follows:
Book schemes, donation of books to local charities, opportunities for internships, mentoring, summer placements or apprenticeships for students.
(SC Ref:801976)
six.4) Procedures for review
six.4.1) Review body
Stirling Sheriff Court
Sheriff Court House, Viewfield Place
Stirling
FK8 1NH
Country
United Kingdom