Tender

Water Quality Management

  • APUC Limited

F02: Contract notice

Notice identifier: 2025/S 000-051092

Procurement identifier (OCID): ocds-h6vhtk-058d62

Published 25 August 2025, 3:21pm



Section one: Contracting authority

one.1) Name and addresses

APUC Limited

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

Contact

Josh O'Pray

Email

jopray@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

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Water Quality Management

Reference number

EFM1068 AP

two.1.2) Main CPV code

  • 90711100 - Risk or hazard assessment other than for construction

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority are seeking Contractor(s) for the provision of Water Quality Management Services 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). In addition to this NHS Scotland Local and Specialised Health Boards, Scotland Excel and its members, Scottish Government Bodies and the Scottish Prison Service will also have access to the Framework Agreement, as detailed within Appendix E - List of Institutions.

The Authority are seeking to obtain, through this tendering process, price normalisation for all Institutions  regardless of size and demand.

two.1.5) Estimated total value

Value excluding VAT: £13,300,000

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 2 - Water Treatment Services (UK Wide)

Lot No

3

two.2.2) Additional CPV code(s)

  • 24962000 - Water-treatment chemicals
  • 42912310 - Water filtration apparatus
  • 42912330 - Water-purifying apparatus
  • 51514110 - Installation services of machinery and apparatus for filtering or purifying water
  • 90711100 - Risk or hazard assessment other than for construction
  • 90913100 - Tank-cleaning services
  • 90913000 - Tank and reservoir cleaning services

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

two.2.4) Description of the procurement

The Authority are seeking Contractor(s) for the provision of Water Treatment Services as part of a Water Quality Management service 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). In addition to this NHS Scotland Local and Specialised Health Boards, Scotland Excel and its members, Scottish Government Bodies and the Scottish Prison Service will also have access to the Framework Agreement, as detailed within Appendix E - List of Institutions.

The Authority are seeking to obtain, through this tendering process, price normalisation for all Institutions  regardless of size and demand.

The Authority is seeking to appoint a maximum of 6 contractors to Lot 2 of the Framework Agreement.

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

Potential use of 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 3 - One Stop Shop (UK Wide)

Lot No

4

two.2.2) Additional CPV code(s)

  • 24962000 - Water-treatment chemicals
  • 42912310 - Water filtration apparatus
  • 42912330 - Water-purifying apparatus
  • 51514110 - Installation services of machinery and apparatus for filtering or purifying water
  • 90711100 - Risk or hazard assessment other than for construction
  • 90913100 - Tank-cleaning services
  • 90913000 - Tank and reservoir cleaning services

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
  • UKM - Scotland
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Authority are seeking Contractor(s) for the provision of a One-Stop-Shop service consisting of Sampling and Risk Assessment services as well as Water Treatment services as part of a complete Water Quality Management Service 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). In addition to this NHS Scotland Local and Specialised Health Boards, Scotland Excel and its members, Scottish Government Bodies and the Scottish Prison Service will also have access to the Framework Agreement, as detailed within Appendix E - List of Institutions.

The Authority are seeking to obtain, through this tendering process, price normalisation for all Institutions  regardless of size and demand.

The Authority is seeking to appoint a maximum 6 contractors to Lot 3 of the Framework Agreement.

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

Potential use of 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 Risk Assessment - Scotland

Lot No

1

two.2.2) Additional CPV code(s)

  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

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

Lot 1A - Scotland

two.2.4) Description of the procurement

The Authority are seeking Contractor(s) for the provision of Sampling and Assessment Services for Risk Assessment as part of a Water Quality Management service to the Higher (HE) and Further (FE) Education Institutions throughout Scotland and Higher Education Institutions. This includes all members, associate members and their associated and affiliated bodies of APUC Ltd.(Advanced Procurement for Universities & Colleges). In addition to this NHS Scotland Local and Specialised Health Boards, Scotland Excel and its members, Scottish Government Bodies and the Scottish Prison Service will also have access to the Framework Agreement, as detailed within Appendix E - List of Institutions.

The Authority are seeking to obtain, through this tendering process, price normalisation for all Institutions  regardless of size and demand.

The Authority are seeking to appoint a maximum of 5 contractors 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

Potential use of 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 1B Risk Assessment - England, Wales and Northern Ireland

Lot No

2

two.2.2) Additional CPV code(s)

  • 90711100 - Risk or hazard assessment other than for construction

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 1B - England, Wales and Northern Ireland

two.2.4) Description of the procurement

The Authority are seeking Contractor(s) for the provision of Sampling and Assessment Services for Risk Assessment as part of a Water Quality Management service to the Higher Education Institutions and other organisations in England and Wales. 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).

The full list of institutions is detailed within Appendix E - List of Institutions.

The Authority are seeking to obtain, through this tendering process, price normalisation for all Institutions  regardless of size and demand.

The Authority is seeking to appoint maximum of 5 contractors to Lot 1B of the Framework Agreement.

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

Potential use of Horizon Funding


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

Professional Indemnity Insurance = 2 000 000 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

Minimum level(s) of standards required:

Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

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: 22

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

Date

26 September 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

26 September 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. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.

Sustain Supply Chain Code of Conduct

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

List Of Institutions

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

Prompt Payment

Tenderers must confirm that payment of subcontractors at all stages of the supply chain will be made within a maximum of 30 days and that this will be managed. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.

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 PCS-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 29889.

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/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29889. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

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:807439)

six.4) Procedures for review

six.4.1) Review body

Stirling Sheriff Court House

Sheriff Court House

Stirling

FK8 1NH

Email

stirling@scotcourts.gov.uk

Country

United Kingdom

Internet address

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