91ÃÛÌÒÊÓÆµ

Construction Tenders

06 August 2025

Related Information

Construction Contract Leads

United Kingdom

Category Goods

Type

No. of Lots 5

Status Active

Published 31st Jul 2025

Tender Details
Referenceocds-h6vhtk-04fcf9
Common Procurement VocabularyPrinting and graphics equipment
Procurement MethodOpen procedure
Value-
« Previous Page

United Kingdom

Category Goods

Type

No. of Lots 5

Status Active

Published 31st Jul 2025

Tender Details
Referenceocds-h6vhtk-04fcf9
Common Procurement VocabularyPrinting and graphics equipment
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

APUC Limited

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

Contact

Caitlin Sands

Email

csands [at] apuc-scot.ac.uk

Telephone

+44 1314428930

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

3D Printers, 3D Scanners & Associated Equipment

Reference number

LAB1043 AP

II.1.2) Main CPV code

  • 42962000 - Printing and graphics equipment

II.1.3) Type of contract

Supplies

II.1.4) Short description

The authority is seeking Contractor(s) for the provision of 3D Printers, 3D Scanners and associated equipment for the Further and Higher education sector in the UK.This includes Full and Associate Members, and future members, and their associated and affiliated bodies of the UK higher and further education regional purchasing consortia :

- 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):

- SUPC (Southern Universities Purchasing Consortium):

Other participating bodies include:

- Scotland Excel and their associate members

- NHS National (Scotland) Procurement

- Science and Advice for Scottish Agriculture – SASA

- National Galleries of Scotland

- National Records of Scotland

- Forestry and Land Scotland

- Historical Environment Scotland

- Marine Directorate.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Stereolithography Printers

Lot No

1

II.2.2) Additional CPV code(s)

  • 30232110 - Laser printers
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 42960000 - Command and control system, printing, graphics, office automation and information-processing equipment
  • 42991200 - Printing machinery

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The Authority is seeking Contractor(s) for the provision of Stereolithography printers, accessories, materials, software and support/servicing for the Further and Higher education sector in the UK.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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

Identification of the project

3D Printers, 3D Scanners and Associated Equipment - LAB1043 AP (APUC)

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

Fused Deposition Modelling Printers

Lot No

2

II.2.2) Additional CPV code(s)

  • 30232110 - Laser printers
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 42960000 - Command and control system, printing, graphics, office automation and information-processing equipment
  • 42991200 - Printing machinery
  • 42664100 - Fusion equipment for plastics

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The Authority is seeking Contractor(s) for the provision of Fused Deposition Modelling printers, accessories, materials, software and support/servicing for the Further and Higher education sector in the UK.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' requirements.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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

Identification of the project

3D Printers, 3D Scanners and Associated Equipment - LAB1043 AP (APUC)

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

Electron Beam Melting Printers

Lot No

4

II.2.2) Additional CPV code(s)

  • 30232110 - Laser printers
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 42960000 - Command and control system, printing, graphics, office automation and information-processing equipment
  • 42991200 - Printing machinery

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The Authority is seeking Contractor(s) for the provision of Electron Beam Melting printers, accessories, materials, software, and support/servicing for the Further and Higher education sector in the UK.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months, subject to satisfactory performance and continued Institutional requirement.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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

Identification of the project

3D Printers, 3D Scanners and Associated Equipment - LAB1043 AP (APUC)

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

3D Scanners

Lot No

5

II.2.2) Additional CPV code(s)

  • 30124500 - Scanner accessories
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 38520000 - Scanners
  • 42960000 - Command and control system, printing, graphics, office automation and information-processing equipment

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The Authority is seeking Contractor(s) for the provision of 3D Scanners including optical scanners, structured light scanners, laser scanners and LIDAR, as well as accessories, software and support/servicing for the Further and Higher education sector in the UK.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months, subject to satisfactory performance and continued Institutional requirement.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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

Identification of the project

3D Printers, 3D Scanners and Associated Equipment - LAB1043 AP (APUC)

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

High Value Specialist 3D Printers

Lot No

3

II.2.2) Additional CPV code(s)

  • 30232110 - Laser printers
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 42960000 - Command and control system, printing, graphics, office automation and information-processing equipment
  • 42991200 - Printing machinery
  • 42664100 - Fusion equipment for plastics

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The Authority is seeking Contractor(s) for the provision of High Value Specialist 3D Printers for the Further and Higher education sector in the UK. This includes but is not restricted to –

- Selective Laser Sintering printers, accessories, materials, software and support/servicing

- PolyJet printers, accessories, materials, software and support/servicing

- Digital Light Processing printers, accessories, materials, software and support/servicing

- Multi Jet Fusion printers, accessories, materials, software and support/ servicing

- Direct Metal Laser Sintering printers, accessories, materials, software and support/servicing.

- Cold-spray printers accessories, materials, software and support/servicing

- 2-Photon Polymerization 3D printing systems.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months, subject to satisfactory performance and continued Institutional requirement.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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

Identification of the project

3D Printers, 3D Scanners and Associated Equipment - LAB1043 AP (APUC)

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Please refer to Question 4B.5 of the SPD and Economic and Financial Standing section of the Contract Notice. Tenderers must confirm that they can provide the following supporting evidence prior to award:

Employer's (Compulsory) Liability Insurance = 5 Million GBP

Public Liability Insurance = 5 Million GBP

Product Liability Insurance = 5 Million GBP

To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or equivalent if awarded to the Framework Agreement. Alternatively, if the Contractor is unable to provide the required accounting information, e.g. due to being a new business, then they will be required to provide a banker's letter demonstrating their willingness to the support the Contractor's organisation over the term of the framework agreement.

Please refer to 4B.6 of the SPD.

III.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain.

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

a) their standard payment terms

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

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

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Submission of Management Information following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period. Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website: .


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 35

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-012924

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

Date

2 September 2025

Local time

2:00pm

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

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

2 September 2025

Local time

2:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: January 2029

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Suppliers should confirm they will be in a position to complete (at point of award) the following:

Appendix A Form of Tender

Appendix B Freedom of Information

Appendix D APUC Sustain Supply Chain Code of Conduct

Appendix H Declaration of Non-involvement in Serious Organised Crime

Appendix I Declaration of Non- Involvement in Human Trafficking and Labour Exploitation

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29752 . For more information see:

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Sub-Contracting is not a significant part of the overall anticipated contract spend.

Community benefits are included in this requirement. For more information see:

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, graduate placements and supply chain development in the local community.

(SC Ref:805638)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court House

Viewfield Place

Stirling

FK8 1NH

Country

United Kingdom