Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West College Scotland
Renfrew Road
Paisley
PA3 4DR
UK
Telephone: +44 3006006060
E-mail: procurement@wcs.ac.uk
NUTS: UKM
Internet address(es)
Main address: http://www.westcollegescotland.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00465
I.2) 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:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
Supply and Delivery of Sportswear and Associated Ancillaries
Reference number: WCS 18/110
II.1.2) Main CPV code
18412000
II.1.3) Type of contract
Supplies
II.1.4) Short description
This Contract Notice is in relation to a contract for the supply and delivery of a range of sports clothing and associated sports ancillaries to all 4 West College Scotland campuses at Paisley, Greenock Finnart Street, Greenock Waterfront and Clydebank.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
18000000
18110000
18222000
18224000
18400000
18221000
18220000
18100000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This Prior Information Notice (PIN) is in relation to the contract for the supply and delivery of a range of sports clothing and associated sports ancillaries to all three West College Scotland campuses (Paisley, Greenock, Greenock Waterfront and Clydebank).
This includes but is not limited to rain jackets, hoodies, polo shirts, track pants, shorts, running shorts, training shoes, sports socks plus associated sports ancillaries.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 45
Price
/ Weighting:
55
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract will be for a maximum period of 4 years. The initial period of the Contract will run for 2 years from the start date with an option to extend for up to a further 2 years subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of the college.
II.2.9) Information about the limits on the number of candidates to be invited
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:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The Contractor shall, throughout the period of this agreement, maintain such insurance as is necessary to cover the liability of the Contractor and any authorised subcontractors in respect of accidents, injury or damage to the persons or property of the College, College employees or third parties.
Minimum level(s) of standards required:
The minimum insurance requirements are as follows:
— employers (compulsory) liability insurance 5 000 000 GBP,
— product liability insurance 5 000 000 GBP,
— commercial motor insurance as required under UK Law.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 160-366385
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/01/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
25/01/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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.
ESPD Questions 3A-3C have been identified as mandatory exclusion grounds and ESPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a pass/fail basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the college of the self-cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the College is not satisfied as to the self cleansing measures undertaken.
Freedom of Information Act — Information on the FOI Act is contained in Information and Instructions document of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB: the College does not bind itself to withhold this information).
Non-collusion: applicants will be required to complete the non-collusion certificate.
The college's standard terms and conditions are located within the buyers attachments area within the PCS Tender portal.
Additional information pertaining to this contract notice is contained in the Invitation to Tender documents situated within the buyers attachments area of PCS-T. Bidders must ensure they read these documents in line with this Contract Notice.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11939
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
A description of the Community Benefits requested relating to this contract are included in the ITT documentation.
(SC Ref:567824)
VI.4) Procedures for review
VI.4.1) Review body
West College Scotland
Renfrew Road
Paisley
PA3 4DR
UK
Telephone: +44 3006006060
Internet address(es)
URL: http://www.westcollegescotland.ac.uk
VI.5) Date of dispatch of this notice
17/12/2018