PPE, Workwear & Sportswear (APUC)

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 …

CPV: 18100000 Arbeitskleidung, besondere Arbeitsbekleidungen und Zubehör, 18143000 Schutzkleidung, 18113000 Arbeitsbekleidung, 18141000 Arbeitshandschuhe, 18440000 Kopfbedeckungen, 18800000 Schuhwerk, 18830000 Sicherheitsschuhe, 18400000 Spezialkleidung und Zubehör, 18412000 Sportkleidung, 18000000 Kleidung, Fußbekleidung, Gepäckartikel und Zubehör, 18200000 Oberbekleidung, 18300000 Kleidung, 39222000 Gastronomiebedarf
Frist:
13. Mai 2025 12:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
PPE, Workwear & Sportswear (APUC)
Vergabestelle:
APUC Limited
Vergabenummer:
JAN1013 AP

1. Buyer

1.1 Buyer

Official name : APUC Limited
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : PPE, Workwear & Sportswear (APUC)
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 per annum. Central Scottish Government (Scottish Ministers (including agencies)) and associate members, 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 per annum.
Procedure identifier : 5f715b50-8bc6-44e1-a1dd-58a5219109a5
Internal identifier : JAN1013 AP
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18143000 Protective gear

2.1.2 Place of performance

Postal address : APUC Limited Unit 27, Stirling Business Centre Wellgreen
Town : Stirling
Postcode : FK8 2DZ
Country : United Kingdom
Additional information : The main site or place of performance is the United Kingdom

2.1.3 Value

Estimated value excluding VAT : 171 520 000 Pound sterling

2.1.4 General information

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. Form of Tender Form of Tender Tenderers must sign Form of Tender - Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission. Freedom of Information Please confirm that you will be in a position to complete, prior to award, Appendix B - Freedom of Information(if applicable) in the Technical Questionnaire. This information should only be submitted if applicable at point of award. It is for information only and will not be scored. Sustain Supply Chain Code of Conduct The Authority has developed a Sustain Supply Chain Code of Conduct- Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Sustain Supply Chain Code of Conduct prior to award to assist in achieving its objectives. List Of Institutions Tenderers must complete and return Appendix E - List of Institutions to confirm their ability to service the required coverage levels. GDPR Contractor Assessment Form Please complete Appendix G - GDPR Contractor Assessment Form" 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 – Declaration of Non-Involvement in Serious Organised Crime” in the Technical Questionnaire. Tenderers must complete the Declaration of Non-Involvement in Serious Organised Crime. It is for information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms. Human Trafficking & Labour Exploitation Please complete “Appendix I – Declaration of Non-Involvement in Human Trafficking & Labour Exploitation” in the Technical Questionnaire. Tenderers must complete the Declaration of Non-Involvement in Human Trafficking & labour Exploitation. It is for information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms. SCM Responsible Procurement Supply Chain Evaluation Tool: Section 1 SCM RP Section 1 is the Authority's designated tool for contracted suppliers to keep up-to-date essential information on their company, which allows the Authority to get an insight into their company’s general standing, commitment to preventing modern slavery and addressing climate change, as well as their pledge to fair and decent working practices for their staff. Tenderers must confirm that they will commit to completing SCM RP Section 1 on award 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. 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.
Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 15
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 15

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1A - General PPE (Scotland Wide)
Description : 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.
Internal identifier : JAN1013 AP - Lot 1A

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18143000 Protective gear
Additional classification ( cpv ): 18113000 Industrial clothing
Additional classification ( cpv ): 18141000 Work gloves
Additional classification ( cpv ): 18440000 Hats and headgear
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : Scotland Wide

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0018

Title : Lot 1B - General PPE (England, Wales and Northern Ireland)
Description : 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 1B
Internal identifier : JAN1013 AP - Lot 1B

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18143000 Protective gear
Additional classification ( cpv ): 18113000 Industrial clothing
Additional classification ( cpv ): 18141000 Work gloves
Additional classification ( cpv ): 18440000 Hats and headgear
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : England, Wales and Northern Ireland

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0019

Title : Lot 2A - General Workwear & Footwear (Scotland Wide)
Description : 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 2A.
Internal identifier : JAN1013 AP - Lot 2A

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18830000 Protective footwear
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : Scotland Wide

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0020

Title : Lot 2B - General Workwear & Footwear (England, Wales and Northern Ireland)
Description : 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 2B
Internal identifier : JAN1013 AP - Lot 2B

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18830000 Protective footwear
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : England, Wales and Northern Ireland

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0021

Title : Lot 3A - Lab Coats and Dentistry (Scotland Wide)
Description : 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 3A.
Internal identifier : JAN1013 AP - Lot 3A

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18400000 Special clothing and accessories
Additional classification ( cpv ): 18113000 Industrial clothing
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : Scotland Wide

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0022

Title : Lot 3B - Lab Coats and Dentistry (England, Wales and Northern Ireland)
Description : 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 3B.
Internal identifier : JAN1013 AP - Lot 3B

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18400000 Special clothing and accessories
Additional classification ( cpv ): 18113000 Industrial clothing
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : England, Wales and Northern Ireland

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0023

Title : Lot 4A - Catering & Front of House (Scotland Wide)
Description : 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 4A.
Internal identifier : JAN1013 AP - Lot 4A

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18113000 Industrial clothing
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : Scotland Wide

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0024

Title : Lot 4B - Catering & Front of House (England, Wales and Northern Ireland)
Description : 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.
Internal identifier : JAN1013 AP - Lot 4B

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18113000 Industrial clothing
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : Scotland Wide

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0025

Title : Lot 5A - Specialist PPE (Scotland Wide)
Description : 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 5A.
Internal identifier : JAN1013 AP - Lot 5A

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18143000 Protective gear
Additional classification ( cpv ): 18113000 Industrial clothing
Additional classification ( cpv ): 18141000 Work gloves
Additional classification ( cpv ): 18440000 Hats and headgear
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : Scotland Wide

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0026

Title : Lot 5B - Specialist PPE (England, Wales and Northern Ireland)
Description : 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.
Internal identifier : JAN1013 AP - Lot 5B

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18143000 Protective gear
Additional classification ( cpv ): 18113000 Industrial clothing
Additional classification ( cpv ): 18141000 Work gloves
Additional classification ( cpv ): 18440000 Hats and headgear
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : England, Wales and Northern Ireland

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0027

Title : Lot 6A - Sports & Fitness Clothing (Scotland Wide)
Description : 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 6A.
Internal identifier : JAN1013 AP - Lot 6A

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18412000 Sportswear
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : England, Wales and Northern Ireland

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0028

Title : Lot 6B - Sports and Fitness Clothing (England, Wales and Northern Ireland)
Description : 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.
Internal identifier : JAN1013 AP - Lot 6B

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18412000 Sportswear
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : England, Wales and Northern Ireland

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0029

Title : Lot 8A - One Stop Shop (Scotland Wide)
Description : 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 2A.
Internal identifier : JAN1013 AP - Lot 8A

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18400000 Special clothing and accessories
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18300000 Garments
Additional classification ( cpv ): 18113000 Industrial clothing
Additional classification ( cpv ): 18141000 Work gloves
Additional classification ( cpv ): 18440000 Hats and headgear
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : Scotland Wide

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0031

Title : Lot 7A - Catering Kits (Scotland Wide (Further Education Institutions Only))
Description : 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 7A.
Internal identifier : JAN1013 AP - Lot 7A

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39222000 Catering supplies
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : Scotland Wide

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

5.1 Lot technical ID : LOT-0032

Title : Lot 8B - One Stop Shop (England, Wales and Northern Ireland)
Description : 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.
Internal identifier : JAN1013 AP - Lot 8B

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18400000 Special clothing and accessories
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18300000 Garments
Additional classification ( cpv ): 18113000 Industrial clothing
Additional classification ( cpv ): 18141000 Work gloves
Additional classification ( cpv ): 18440000 Hats and headgear
Options :
Description of the options : 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.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : England, Wales and Northern Ireland

5.1.3 Estimated duration

Start date : 15/07/2025
Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

This is a recurrent procurement
Description : 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.
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member institutions using sources of EU funds including but not limited to Horizon Europe”
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 50% Technical
Criterion :
Type : Price
Name :
Description : 50% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : Technical Weighting - 50% Commercial Weighting - 50%

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/04/2025 16:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 13/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/05/2025 13:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court -
Organisation providing more information on the review procedures : Stirling Sheriff Court -

8. Organisations

8.1 ORG-0001

Official name : APUC Limited
Registration number : SC314764
Postal address : APUC Limited Unit 27, Stirling Business Centre Wellgreen
Town : Stirling
Postcode : FK8 2DZ
Country : United Kingdom
Contact point : APUC Limited
Telephone : 0131 442 8930
Internet address : https://apuc-scot.ac.uk/
Roles of this organisation :
Buyer
Central purchasing body acquiring supplies and/or services intended for other buyers
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Procurement service provider

8.1 ORG-0002

Official name : Stirling Sheriff Court
Registration number : n/a
Postal address : Sheriff Court House Viewfield Place
Town : Stirling
Postcode : FK8 1NH
Country : United Kingdom
Telephone : 0131 444 3300
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 8639b950-afb8-49db-b079-a1af9fd9304b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/04/2025 08:36 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00232152-2025
OJ S issue number : 71/2025
Publication date : 10/04/2025