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 Award Notice

The Provision of PPE and Workwear for Students and Staff

  • First published: 07 February 2019
  • Last modified: 07 February 2019
  • 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:
Published by:
Glasgow Clyde College
Authority ID:
AA62772
Publication date:
07 February 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Colleges intend to put a contract in place with a suitable supplier for the supply of PPE and Workwear and associated services. The purpose of this procurement exercise is to aggregate the estimated spend and deliver efficiency benefits to participating institutions. The estimated annual spend within this commodity across all three institutions is approximately 140 000 GBP per annum. Please note the stated level of annual spend must only be taken as an indication of the potential requirement, and is based on historical volumes and spend figures. Due to varying student and staff numbers and (course/work) requirements, demand for products will fluctuate within the Colleges over the duration of the contract. The College expects to award 1 Contractor for the full requirement establishing three individual contracts, one with each of the relevant College, however quoted cost per item will apply to all relevant Colleges.

The service required includes but is not limited to the following:

— the supply of PPE and workwear including but not limited to hazard protection clothing, weatherwear, workwear, footwear, safety gloves and personal protection equipment,

— the supply of any associated products and services including but not limited to fitting services, face fit testing service, face fit training service and personalisation services,

— fitting, measuring and kits issuing service,

— no minimum order quantity under the contract,

— items should be available in both men’s fit and women’s fit/sizes. Suppliers are required to provide sizing charts for all items as appropriate as part of their tender submission.

Contractor(s) will be required to provide a booklet with images and prices, and product codes in digital form for the College purchasers’ use.

The supply of PPE and workwear for students is key for the safe delivery of courses at the College.

Student measuring will be normally carried out during class inductions at one of the College campuses. Measuring services will also be required for students starting later in their programme of study and at other times of the year. Specific dates and times will be arranged with the successful Contractor.

Prompt delivery of products after fitting is of the essence so students do not lose teaching time due to the late supply of PPE and/or workwear.

The Contractor may be required to record and itemise PPE and workwear and label the student packs for easy identification.

The Contractor will need to occasionally provide special sizes of PPE and/or workwear.

The successful Contractor will be required to be able to provide a minimum of 90 % of all items required over the duration of the contract. Alternative items that are of equal or higher quality than specified are also being accepted at the cost of the originally quoted item.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Glasgow Clyde College

690 Mosspark Drive

Glasgow

G52 3AY

UK

Telephone: +44 1412729000

E-mail: procurement@glasgowclyde.ac.uk

NUTS: UKM82

Internet address(es)

Main address: http://www.glasgowclyde.ac.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00457

I.1) Name and addresses

Glasgow Kelvin College

123 Flemington St

Glasgow

G21 4TD

UK

Telephone: +44 1416305000

E-mail: ALees@glasgowkelvin.ac.uk

NUTS: UKM82

Internet address(es)

Main address: www.glasgowkelvin.ac.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA22362

I.1) Name and addresses

City of Glasgow College

190 Cathedral Street

Glasgow

G4 0RF

UK

Telephone: +44 1413755167

E-mail: david.bovaird@cityofglasgowcollege.ac.uk

NUTS: UKM82

Internet address(es)

Main address: http://www.cityofglasgowcollege.ac.uk/

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00453

I.2) Joint procurement

The contract involves joint procurement

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

The Provision of PPE and Workwear for Students and Staff

Reference number: CS-GRPT-PPE18

II.1.2) Main CPV code

18143000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Glasgow Clyde College on its own behalf and on behalf of Glasgow Kelvin College and City of Glasgow College invites you to participate in an invitation to tender for the supply and delivery of PPE and workwear for its staff and students. The following shall be noted:

The initial contract period will be for a period of 3 years starting from the 1.6.2018 until the 31st May June 2021.

The estimated annual value is based on historical figures and will fluctuate with the Colleges needs and requirements over the next years and must be taken only as an indication and not as a guaranteed sum of spend.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 139 320.38  GBP

II.2) Description

II.2.2) Additional CPV code(s)

18100000

18130000

18143000

18444000

18830000

II.2.3) Place of performance

NUTS code:

UKM8

II.2.4) Description of the procurement

The Colleges intend to put a contract in place with a suitable supplier for the supply of PPE and Workwear and associated services. The purpose of this procurement exercise is to aggregate the estimated spend and deliver efficiency benefits to participating institutions. The estimated annual spend within this commodity across all three institutions is approximately 140 000 GBP per annum. Please note the stated level of annual spend must only be taken as an indication of the potential requirement, and is based on historical volumes and spend figures. Due to varying student and staff numbers and (course/work) requirements, demand for products will fluctuate within the Colleges over the duration of the contract. The College expects to award 1 Contractor for the full requirement establishing three individual contracts, one with each of the relevant College, however quoted cost per item will apply to all relevant Colleges.

The service required includes but is not limited to the following:

— the supply of PPE and workwear including but not limited to hazard protection clothing, weatherwear, workwear, footwear, safety gloves and personal protection equipment,

— the supply of any associated products and services including but not limited to fitting services, face fit testing service, face fit training service and personalisation services,

— fitting, measuring and kits issuing service,

— no minimum order quantity under the contract,

— items should be available in both men’s fit and women’s fit/sizes. Suppliers are required to provide sizing charts for all items as appropriate as part of their tender submission.

Contractor(s) will be required to provide a booklet with images and prices, and product codes in digital form for the College purchasers’ use.

The supply of PPE and workwear for students is key for the safe delivery of courses at the College.

Student measuring will be normally carried out during class inductions at one of the College campuses. Measuring services will also be required for students starting later in their programme of study and at other times of the year. Specific dates and times will be arranged with the successful Contractor.

Prompt delivery of products after fitting is of the essence so students do not lose teaching time due to the late supply of PPE and/or workwear.

The Contractor may be required to record and itemise PPE and workwear and label the student packs for easy identification.

The Contractor will need to occasionally provide special sizes of PPE and/or workwear.

The successful Contractor will be required to be able to provide a minimum of 90 % of all items required over the duration of the contract. Alternative items that are of equal or higher quality than specified are also being accepted at the cost of the originally quoted item.

II.2.5) Award criteria

Quality criterion: Product suitability and details of core product list and samples / Weighting: 20

Quality criterion: Operation and management of the contract / Weighting: 10

Quality criterion: Business continuity and use of subcontractors / Weighting: 5

Quality criterion: Service delivery and order process / Weighting: 10

Quality criterion: Product return and recall process / Weighting: 5

Quality criterion: Fair working practices and equality and diversity / Weighting: 5

Quality criterion: Sustainability and ethical sourcing and community benefits / Weighting: 5

Price / Weighting:  40

II.2.11) Information about options

Options: Yes

Description of options:

Non-core and catalogue items to be discounted.

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

Samples to be provided free of charge by tenderers as part of the evaluation of tender returns.

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: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 047-102875

Section V: Award of contract

Contract No: CS-GRPT-PPE18

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/08/2018

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from tenderers from EU Member States: 10

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Bunzl Greenham- Uddingston

Block 5 Bothwell Park Industrial Estate, Uddingston

Glasgow

G71 6Nz

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 139 320.38  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

APUC supply chain code of conduct:

Bidders will be required to submit a signed supply chain code of conduct prior to the award of contract. This will be for information only and will not be scored. A copy of the code of conduct is provided as Appendix A for information only.

Freedom of information:

Where any bidder considers any information submitted as part of their ESPD submission commercially confidential, they must notify the college prior to the ESPD deadline via PCS-T and the College will provide a template for completion.

Furthermore, bidders will be required to confirm prior to award of any contract that you will be in a position to submit a freedom of information appendix. This will be for information only and will not be scored.

Form of tender:

Bidders will be required to submit a signed form of tender prior to the award of contract.

The award criteria questions and weightings will be published in the ITT.

General Data Protection Regulations (GDPR):

Bidders will be required to provide information relating to their compliance with obligations under the GDPR. The relevant Colleges' will require the Contractor to provide sufficient guarantees that the requirements of the GDPR will be met and the rights of data subjects will be protected. The successful Contractor will be required to complete and make sufficient guarantees within a Data Processor Contract Assurance Assessment form (Appendix I) prior to Contract award.

Availability of supply:

The successful Contractor will be required to provide samples free of charge and will be required to be able to provide a minimum of 90 % of all items required over the duration of the contract period. Alternative items that are of equal or higher quality than specified are also being accepted for the same price as the originally tendered item.

(SC Ref:572497)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Clyde College

690 Mosspark Drive

Glasgow

G52 3AY

UK

Telephone: +44 1412729000

Internet address(es)

URL: http://www.glasgowclyde.ac.uk

VI.5) Date of dispatch of this notice

05/02/2019

Coding

Commodity categories

ID Title Parent category
18100000 Occupational clothing, special workwear and accessories Clothing, footwear, luggage articles and accessories
18830000 Protective footwear Footwear
18143000 Protective gear Workwear accessories
18444000 Protective headgear Hats and headgear
18130000 Special workwear Occupational clothing, special workwear and 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:
procurement@glasgowclyde.ac.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.