Section one: Contracting authority
one.1) Name and addresses
City of Glasgow College
190 Cathedral Street
Glasgow
G4 0RF
amie.mccrudden@cityofglasgowcollege.ac.uk
Telephone
+44 1413755316
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.cityofglasgowcollege.ac.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00453
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
The Supply and Delivery of Catering Kits, for City of Glasgow College, Glasgow Clyde College and Glasgow Kelvin College
Reference number
CS/CoGC/22/04
two.1.2) Main CPV code
- 39310000 - Catering equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
2.1.3.1.1 Each College has their own individual requirements as per the course content. Whilst the majority of items are similar, the composition of each kit will differ.
2.1.3.1.2 A breakdown of the kits has been provided in Appendix F. Please note that the quantities provided for each item are approximate only and may fluctuate up or down.
two.1.5) Estimated total value
Value excluding VAT: £380,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39310000 - Catering equipment
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The Supply and Delivery of Catering Kits, for City of Glasgow College, Glasgow Clyde College and Glasgow Kelvin College.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 35
Quality criterion - Name: Ordering, Refunds, Returns & Exchanges / Weighting: 15
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 10
Quality criterion - Name: Fair Work Practices / Weighting: 5
Quality criterion - Name: Business Continuity Planning / Weighting: 10
Quality criterion - Name: Implementation & Exit Plan / Weighting: 15
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Optional 12 months extension after the first 3 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Other products related the catering kits may require to be purchased throughout the duration of the contract.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
Please refer to Part 4 B Economic and Financial Standing of the SPD
The College will use the following ratios to evaluate a bidder's financial status.
Bidders must confirm within their response to the relevant question within the 'Qualification envelope' that as a minimum, 2 out of the 3 ratios can be met and what the value of each ratio is.
The 3 ratios to be evaluated are:
Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;
Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to 'one' then it is a pass for this ratio;
Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.
Minimum level(s) of standards possibly required
2 out of the 3 financial ratios requires a pass in order for the question to pass.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
13 March 2023
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 March 2023
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: This contract will expire in March 2027, it is a continuing requirement and will be out to tender again.
six.3) Additional information
Bidders must confirm they can provide the following supporting evidence prior to award:
Employer's (Compulsory) Liability Insurance = 5,000,000 GBP
Product Liability Insurance = 1,000,000 GBP
Public Liability Insurance = 5,000,000 GBP
Professional Liability Insurance = 1,000,000 GBP
Bidders 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.
Declarations and Certificates:
In an open tendering procedure prior to any award being made the successful bidder must provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Questionnaire.
All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.
Appendix A – Form of Tender;
Appendix B – Freedom of Information;
Appendix C – SUSTAIN Supply Chain Code of Conduct;
Appendix E – PECOS Supplier Adoption Form;
Appendix G - GDPR Assurance Assessment;
Appendix N – Declaration of Conflict of Interest;
Appendix O – Declaration of Non Involvement of Human Trafficking;
Appendix P – Declaration of Non Involvement of Serious Organised Crime;
Appendix Q – Prompt Payment Certificate;
Appendix Y – Sample Return Label;
This information will not be required to be uploaded and submitted with the bid, but will instead be requested by the College following the conclusion of the evaluation of the Qualification, Technical and Commercial Questionnaires and prior to the award of the tender.
Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the Qualification Questionnaire, will invalidate any bid. In this scenario the College will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on, and upon verification will award the contract to this bidder instead.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is XXXX.
For more information see:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23469. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
The Contractor will work with the College to deliver Community Benefits or social value where they are identifiable throughout the term of the Contract.
Examples of Community Benefits or social value are providing training opportunities to staff and students, apprenticeships and investment in the local community.
(SC Ref:721774)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
Country
United Kingdom