Section one: Contracting authority
one.1) Name and addresses
New College Lanarkshire
1 Enterprise Way, Motherwell Campus
Motherwell
ML1 2TX
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
http://www.nclanarkshire.ac.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00461
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply and Provision of PPE to Construction Trades, Engineering and Schools Departments
Reference number
NCL-25-036
two.1.2) Main CPV code
- 35113400 - Protective and safety clothing
two.1.3) Type of contract
Supplies
two.1.4) Short description
The College is seeking Contractor(s) for is to provide the college, specifically Construction traders, Engineering and Schools department with a range of Personal Protective Equipment (PPE), General Workwear and Protective Footwear. On site (and across North Lanarkshire) fitting service will be required as part of the agreement.
two.1.5) Estimated total value
Value excluding VAT: £208,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35113400 - Protective and safety clothing
- 18143000 - Protective gear
- 18830000 - Protective footwear
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
New College Lanarkshire Motherwell campus -1 Enterprise Way, Motherwell, ML1 2TX, as well as, across North Lanarkshire area
two.2.4) Description of the procurement
The college is seeking Contractor(s) for is to provide the college, specifically Construction traders, Engineering and Schools department with a range of Personal Protective Equipment (PPE), General Workwear and Protective Footwear. On site (and across North Lanarkshire) fitting service will be required as part of the agreement.
For deliveries to the college, the Contractor must be able to fulfil all core product orders placed within 72 hours.
For this tender, it is not a requirement that samples are required for evaluation purposes. However, samples of any product(s) may be requested at any time throughout the duration of the Framework Agreement to provide evidence and assurance of the quality of products to be supplied and these shall be provided free of charge to the specified location on a date that has been agreed by the college.
two.2.5) Award criteria
Quality criterion - Name: Business Overview, Quality Assurance & Capability / Weighting: 5
Quality criterion - Name: Stock Management / Weighting: 10
Quality criterion - Name: Order & Payment Process / Weighting: 5
Quality criterion - Name: Delivery Methodology / Weighting: 15
Quality criterion - Name: Contract Management and Key Personnel / Weighting: 10
Quality criterion - Name: Fair Work Practices (Inc Employment Skills and Training) & Community Benefits / Weighting: 5
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £208,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The college reserves the right to extend the agreement for 2 x 12 months, subject to satisfactory performance and continuous requirement
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Due to to ever-growing nature of the products requested, alongside the varying product requirement of individual departments, there may be requests for products out-with the Core Products Lists.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Questions 4B.1b
Please complete “Turnover” question in the Qualification Questionnaire in PCS-Tender. This information will be used to assess the Tenderers economic and financial standing and is deemed a minimum standard and is mandatory.
Please confirm your organisation’s general annual turnover for the last two financial years. The minimum requirement is that your general annual turnover is at least twice the estimated annual contract value (200%/104,000 GBP). Provide supporting evidence such as audited accounts, or certified financial statements. If you don’t have audited accounts or certified financial statements, you can provide:
- Management accounts signed by a director;
- Accountant’s certificate;
- Bank references or other financial evidence.
Pass = The Tenderer has met the required annual turnover threshold
Fail = The Tenderer does not have the required annual turnover.
Please complete “Economic and Financial Standing – Consortia” if the Tenderer is bidding as part of a consortia arrangement. Financial accounts and supporting information is required for each consortia member. This information is mandatory if you are bidding as a consortia. If the Tenderer is not bidding as part of a consortia, then please disregard this question.
Insurance Requirements
Please complete “Insurance Requirements” in the Qualification Questionnaire in PCS-Tender.
It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Agreement as indicated below and in PCS-T.
Question 4B.5.1b Employers Liability – 5,000,000 GBP
Question 4B.5.2c Other Insurances
Public Liability – 1,000,000 GBP per individual claim
Minimum level(s) of standards possibly required
The minimum requirement is that your general annual turnover is at least twice the estimated annual contract value (200%/104,000 GBP)
Employers Liability – 5,000,000 GBP
Question 4B.5.2c Other Insurances
Public Liability – 1,000,000 GBP per individual claim
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please complete “Technical or Professional Ability” questions in the Qualification Questionnaire in PCS-T.
Please note all questions in this section are minimum standards and are mandatory. A fail will result in elimination from the procurement exercise.
Example questions here:
Question 4C.1.2
Please provide details of two supply contracts delivered within the last three years that are greater, or similar in scope, complexity, and value to this requirement.
Pass = The Tenderer provided 2 examples of relevant experience in the last three years.
Fail = The Tenderer has not provided 2 examples of relevant experience in the last three years or the Tenderer has responded to the request but the examples provided are not relevant.
Technical or Professional Ability – Prompt Payment in the Supply Chain
Question 4C.4
Please provide a statement of the relevant supply chain management and/or tracking systems use as requested below:
Tenderers must confirm prior to award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of:
a) their standard payment terms
b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.
If the tenderer is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance.
Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.
Pass = Tenderer has confirmed that they have access to the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain and will be in a position to provide evidence when requested of a) their standard payment terms and b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.
If unable to confirm, an improvement plan signed by their director which improves payment performance is provided.
Fail = Tenderer has been unable to confirm a) above and has not provided b) above, when requested.
Minimum level(s) of standards possibly required
Details of two supply contracts delivered within the last three years that are greater, or similar in scope, complexity, and value to this requirement.
and
> or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.
If the tenderer is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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: 3
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 February 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 1 June 2026
four.2.7) Conditions for opening of tenders
Date
6 February 2026
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2030
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 30876.For more information see -
www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
LIST OF DOCUMENTS
Appendix A - Form of Tender - For Completion with tender
Appendix B - Freedom of Information - For Completion with tender (if applicable)
Appendix C - Authority’s Terms and Conditions - For Information
Appendix E - Pricing Schedule - For Completion with tender
Appendix G - Declaration of Non-Involvement in Serious Organised Crime- For Completion with tender
Appendix H - Declaration of Non-Involvement in Human Trafficking & Labour Exploitation - For Completion with tender
Appendix I - SCM RP: Section 1 - For Completion with tender
Appendix J - Sustain Supply Chain Code of Conduct - For Completion with tender
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30876. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:819287)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
Country
United Kingdom