Tender

Supply and Provision of PPE to Construction Trades, Engineering and Schools Departments

  • New College Lanarkshire

F02: Contract notice

Notice identifier: 2026/S 000-000659

Procurement identifier (OCID): ocds-h6vhtk-06000f

Published 6 January 2026, 12:47pm



Section one: Contracting authority

one.1) Name and addresses

New College Lanarkshire

1 Enterprise Way, Motherwell Campus

Motherwell

ML1 2TX

Email

procurement@nclan.ac.uk

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