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 one contractor for the full requirement establishing 3 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 Sub-Contractors
/ 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
03/08/2018
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 from tenderers from non-EU Member States: 0
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
Block 5, Wilkie Road
Uddingston
G71 6NZ
UK
Telephone: +44 7709349019
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
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:552845)
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
21/02/2019