Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Supply and Delivery of Personal Protective Equipment (PPE), First Aid Materials and Workwear

  • First published: 05 December 2025
  • Last modified: 05 December 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-052906
Published by:
Scotland Excel
Authority ID:
AA20796
Publication date:
05 December 2025
Deadline date:
14 January 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The scope of items covered by the framework will include but not be limited to Masks (Type IIR, FFP2, FFP3, Lip Readable), Gloves, Outerwear, Workwear, Footwear, Face Coverings (reusable and disposable), Lip Readable Masks, Single/Sessional Use eye/face protection (visors/goggles), Hand Sanitiser, Hand Gel, Disposable Gloves (nitrile, vinyl, powder free), Disposable Aprons/coveralls and Anti-bacterial wipes, First Aid Materials.

Full details are contained in the tender documentation available in the relevant PCS-T project for this procurement exercise

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

UK

E-mail: education.corporate@scotland-excel.org.uk

NUTS: UKM83

Internet address(es)

Main address: http://www.scotland-excel.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

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

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply and Delivery of Personal Protective Equipment (PPE), First Aid Materials and Workwear

Reference number: 0625

II.1.2) Main CPV code

35113400

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The scope of items covered by the framework will include but not be limited to Masks (Type IIR, FFP2, FFP3, Lip Readable), Gloves, Outerwear, Workwear, Footwear, Face Coverings (reusable and disposable), Lip Readable Masks, Single/Sessional Use eye/face protection (visors/goggles), Hand Sanitiser, Hand Gel, Disposable Gloves (nitrile, vinyl, powder free), Disposable Aprons/coveralls and Anti-bacterial wipes, First Aid Materials.

Full details are contained in the tender documentation available in the relevant PCS-T project for this procurement exercise

II.1.5) Estimated total value

Value excluding VAT: 80 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Ear, Eye and Head Protection

II.2.2) Additional CPV code(s)

35113400

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

II.2.4) Description of the procurement

Supply and Delivery of Ear, Eye and Head Protection. This includes but is not limited to visors, goggles, ear plugs and hard hats.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 1 200 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

Lot No: 2

II.2.1) Title

Safety Masks and Respirators

II.2.2) Additional CPV code(s)

35113400

18143000

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

II.2.4) Description of the procurement

Supply and Delivery of Safety Masks & Respirators. This includes, but is not limited to surgical masks, FFP3 respirators, valved and non-valved masks.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 1 200 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

Lot No: 3

II.2.1) Title

Gloves

II.2.2) Additional CPV code(s)

35113400

18141000

18424000

18424300

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

II.2.4) Description of the procurement

Supply and Delivery of Gloves. This includes but is not limited to nitrile gloves, disposable gloves and cut protection gloves.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 12 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

Lot No: 4

II.2.1) Title

Protective and Hi Viz Workwear

II.2.2) Additional CPV code(s)

35113400

18143000

35113450

18100000

18130000

35113440

18220000

18221000

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland

II.2.4) Description of the procurement

Supply and Delivery of Protective and Hi Viz Workwear. This includes but is not limited to hi vis vests, jackets, trousers and wet weather clothing.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 12 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

Lot No: 5

II.2.1) Title

Traditional Workwear

II.2.2) Additional CPV code(s)

35113400

18222000

18000000

18110000

18330000

18235300

18800000

18810000

18234000

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland

II.2.4) Description of the procurement

Supply and Delivery of Traditional Workwear. This includes but is not limited to shirts, trousers, polo shirts, shorts and fleece tops.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 6 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

Lot No: 6

II.2.1) Title

Health, Hospitality and Leisure Workwear

II.2.2) Additional CPV code(s)

35113400

18100000

18444000

18830000

18810000

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland

II.2.4) Description of the procurement

Supply and Delivery of Health, Hospitality and Leisure Workwear

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

Lot No: 7

II.2.1) Title

Footwear

II.2.2) Additional CPV code(s)

35113400

18800000

18811000

18812000

18814000

18830000

18831000

18812200

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland

II.2.4) Description of the procurement

Supply and Delivery of Footwear. This includes but is not limited to safety shoes, rubber boots, safety boots and waterproof boots.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 7 200 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

Lot No: 8

II.2.1) Title

First Aid Materials and Associated Products

II.2.2) Additional CPV code(s)

33000000

33141623

33100000

33140000

33141111

33141112

33141113

33141115

33141116

33141117

33141118

33141119

33700000

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland

II.2.4) Description of the procurement

Supply and Delivery of First Aid Materials and Associated Products

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

Lot No: 9

II.2.1) Title

Automated External Defibrillators (AEDs)

II.2.2) Additional CPV code(s)

33182100

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

II.2.4) Description of the procurement

Lot for the Supply and Delivery of Automated External Defibrillators (AEDs)

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 400 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

Lot No: 10

II.2.1) Title

One Stop Shop

II.2.2) Additional CPV code(s)

35113400

18143000

18800000

18100000

18110000

18222000

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

This lot is for the supply and delivery of a One Stop Shop for the following lots;

Lot 1 – Ear, Eye and Head Protection

Lot 2 – Safety Masks and Respirators

Lot 3 – Gloves

Lot 4 – Protective and Hi Viz Workwear

Lot 5 – Traditional Workwear

Lot 6 – Health, Hospitality and Leisure Workwear

Lot 7 – Footwear

Subject to the above, Tenderers meeting this requirement will be awarded a placing onto Lot 10. A separate score will not be awarded for Lot 10. Scotland Excel reserves the right to consider a bid which does not meet the stated requirement for award to Lot 10, considering the overall level of response for a Council area to ensure full coverage.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 32 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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: Yes

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

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

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:

1.SPD (Scotland) Questions 4B.5.1b and 4B.5.2: Insurance Requirements

2.SPD (Scotland) Question 4B.6: Other Economic and Financial Requirements

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.


Minimum level(s) of standards required:

INSURANCE REQUIREMENTS:

It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

ALL LOTS

EMPLOYERS (COMPULSORY) LIABILITY – a minimum indemnity limit of 10 million GBP for each and every claim.

PUBLIC/PRODUCTS LIABILITY – minimum level of 10 million GBP, each and every claim and in the aggregate for products.

MOTOR VEHICLE INSURANCE – statutory Third Party motor vehicle insurance to a minimum indemnity limit of GBP 5 million in respect of each claim and without limit to the number of claims for property damage, and unlimited for Third Party injury.

For tenderers who will sub contract parts of the business, it is a requirement that the tenderer requires to provide a letter signed by a person of appropriate authority confirming that the tenderer has ongoing arrangements in place to ensure that subcontractors’ vehicles are appropriately insured and maintained .

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS

Tenderers will pass the economic and financial standing test where Scotland Excel is assured of the tenderer’s financial viability and sustainability for participation in the contract. As such, an Equifax search of the tenderer must not identify financial risk by means of: an adverse rating; or warning; or caution code.

Where such a risk is identified at any stage of the exercise, the tenderer will fail selection and be excluded from award. At Scotland Excel’s sole discretion, alternative means of proof may be considered in accordance with Regulation 61 of the Public Contracts (Scotland) Regulations 2015.

SCOTLAND EXCEL MUST BE NOTIFIED OF ANY CHANGE OF CIRCUMSTANCES WHICH IMPACTS ON THE ECONOMIC AND FINANCIAL STANDING TEST. AWARD RECOMMENDATIONS ARE SUBJECT TO CONTINUED COMPLIANCE WITH THE TENDER REQUIREMENTS.

Tenderers relying on the financial standing of a parent company who are unable to commit to obtaining a parent company guarantee may be assessed as a FAIL and will be excluded from the competition.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply:

1.SPD (Scotland) Question 4C.10 Subcontracting

2.SPD (Scotland) Question 4D.1 Quality Management Procedures

3.SPD (Scotland) Question 4D.1 Health and Safety Procedures

4.SPD (Scotland) Question 4D.2 Environmental Management Procedures


Minimum level(s) of standards required:

Further to the identified selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the "0625 Technical and Professional Ability Attachment" document, which can be found in the "Contract Notice" folder in the Buyer Attachment area, within ITT 60835 of project 30199.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework Agreement and contracts to be called off thereunder (to the extent known or settled at this stage), please refer to the tender documents (details of how to access these are outlined in “Section I.3 Communication” of this Contract Notice).

Tenderers require to confirm their acceptance of the terms and conditions. TENDERS MADE SUBJECT TO CONDITIONS MAY NOT BE CONSIDERED AND MAY BE REFUSED ON THE GROUNDS OF SUCH CONDITIONS ALONE.

Further information on this section is contained in the document "0625 Technical and Professional Ability Attachment" which is located in the "Contract Notice" folder of the attachments area of itt_60835

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 25

IV.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction:

Whether an electronic auction will be used is at the discretion of each Scotland Excel Council, Associate Member or other Bodies Participating which will be settled by them during the procedure for the call-off of a contract under this proposed framework agreement.

IV.1.8) Information about 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 in the OJ S:

2025/S 000-028536

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

Date: 14/01/2026

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

Tender must be valid until: 03/08/2026

IV.2.7) Conditions for opening of tenders

Date: 14/01/2026

Local time: 12:00

Place:

Tenders will be opened electronically, using PCS-Tender, via Scotland Excel's offices at the address shown in section I.1 (Contracting Authority) of this Notice

Information about authorised persons and opening procedure:

Officers permitted to open tenders on behalf of Scotland Excel under it's governance arrangements

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

This procurement process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015 as currently in force.

Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):

-The 32 local authorities in Scotland as listed at http://www.scotland-excel.org.uk/home/aboutus/ourmembers.aspx

-Scotland Excel associate members as listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx

-any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland)Act 2014. -Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator:http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.

-Tayside Contracts

-Advanced Procurement for Universities and Colleges & their member organisations across the higher and further education sector in Scotland and their associated and affiliated bodies.

-Scottish Prison Service (SPS)

-Scottish National Health Service Authorities, including any body created pursuant to the National Health Service Scotland Act (1978)

-Transport Scotland

-Scottish Government & Scottish Central Government Bodies.

The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.

Tenderers should note:

Retrospective rebates apply to this Framework; details are in the Special Conditions and Information and Instructions to Tenderers, including the Evaluation Methodology.

Use of electronic ordering, invoicing, and payment is at the discretion of each Member Authority or Associate Member and will be agreed at call-off stage.

The maximum number of participants stated in section IV.1.3 of the contract notice is indicative only. Scotland Excel may appoint more or fewer tenderers than this number.

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

For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

IMPORTANT NOTE FOR TENDERERS: Bids may be excluded from evaluation, in whole or in part, if they fail to provide the required information as instructed. Specific evaluation approaches, including those that may result in exclusion, will apply. Tenderers should note the minimum bid thresholds for certain lots. Full details and instructions are provided in the tender documents, including the Information and Instructions to Tenderers and Evaluation Methodology.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30199. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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

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

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that Scotland Excel intends to include community benefit requirements. As part of your response within the Technical criteria, Tenderers will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents. Tenderer’s should note that community benefits is a scored criterion.

(SC Ref:808529)

VI.4) Procedures for review

VI.4.1) Review body

Court of Session

Edinburgh

EH1 1RQ

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.

VI.5) Date of dispatch of this notice

04/12/2025

Coding

Commodity categories

ID Title Parent category
33141111 Adhesive dressings Disposable non-chemical medical consumables and haematological consumables
33141113 Bandages Disposable non-chemical medical consumables and haematological consumables
18000000 Clothing, footwear, luggage articles and accessories Materials and Products
33141119 Compresses Disposable non-chemical medical consumables and haematological consumables
18222000 Corporate clothing Weatherproof clothing
33141117 Cotton wool Disposable non-chemical medical consumables and haematological consumables
33182100 Defibrillator Cardiac support devices
18424300 Disposable gloves Gloves
33141116 Dressing packs Disposable non-chemical medical consumables and haematological consumables
33141623 First-aid boxes Disposable non-chemical medical consumables and haematological consumables
18800000 Footwear Clothing, footwear, luggage articles and accessories
18831000 Footwear incorporating a protective metal toecap Protective footwear
18810000 Footwear other than sports and protective footwear Footwear
18812000 Footwear with rubber or plastic parts Footwear other than sports and protective footwear
18814000 Footwear with uppers of textile materials Footwear other than sports and protective footwear
18424000 Gloves Clothing accessories
33140000 Medical consumables Medical equipments
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
33000000 Medical equipments, pharmaceuticals and personal care products Materials and Products
33141115 Medical wadding Disposable non-chemical medical consumables and haematological consumables
18110000 Occupational clothing Occupational clothing, special workwear and accessories
18100000 Occupational clothing, special workwear and accessories Clothing, footwear, luggage articles and accessories
33700000 Personal care products Medical equipments, pharmaceuticals and personal care products
33141112 Plasters Disposable non-chemical medical consumables and haematological consumables
35113400 Protective and safety clothing Safety equipment
35113450 Protective coats or ponchos Safety equipment
18830000 Protective footwear Footwear
18143000 Protective gear Workwear accessories
18444000 Protective headgear Hats and headgear
35113440 Reflective vests Safety equipment
18812200 Rubber boots Footwear with rubber or plastic parts
18130000 Special workwear Occupational clothing, special workwear and accessories
18235300 Sweatshirts Pullovers, cardigans and similar articles
18234000 Trousers Miscellaneous outerwear
18330000 T-shirts and shirts Garments
18221000 Waterproof clothing Weatherproof clothing
18811000 Waterproof footwear Footwear other than sports and protective footwear
18220000 Weatherproof clothing Outerwear
33141118 Wipes Disposable non-chemical medical consumables and haematological consumables
18141000 Work gloves Workwear accessories

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
education.corporate@scotland-excel.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.