Section one: Contracting authority
one.1) Name and addresses
City of Glasgow College
190 Cathedral Street
Glasgow
G4 0RF
Contact
Danielle Gough
Danielle.Gough@cityofglasgowcollege.ac.uk
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
Supply and Delivery of Sportswear for City of Glasgow College and Glasgow Clyde College
Reference number
CS/CoGC/24/99
two.1.2) Main CPV code
- 18412000 - Sportswear
two.1.3) Type of contract
Supplies
two.1.4) Short description
The City of Glasgow College and on behalf of Glasgow Clyde College invites you to participate in an Invitation to Tender for the Supply and Delivery of Sportswear.
2.1.2.1.1 The Colleges require a reputable, sustainable and customer focused Sportswear Provider, who is at the forefront of their industry with environmental, social and economic sustainability at the heart of their organisation.
two.1.5) Estimated total value
Value excluding VAT: £144,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 18412000 - Sportswear
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
City of Glasgow College and Glasgow Clyde College are seeking a company to supply and deliver Sportswear for Curriculum Students.
The Colleges require a reputable, sustainable and customer focused Sportswear Provider, who is at the forefront of their industry with environmental, social and economic sustainability at the heart of their organisation
two.2.5) Award criteria
Quality criterion - Name: Core Product List / Weighting: 20
Quality criterion - Name: Service Delivery / Weighting: 13
Quality criterion - Name: Contract Management / Weighting: 13
Quality criterion - Name: Business Continuity Planning / Weighting: 4
Quality criterion - Name: Added Value Services & Community Benefits / Weighting: 4
Quality criterion - Name: Sustainability - Take Back Policy and Circular Economy / Weighting: 3
Quality criterion - Name: Sustainability - Products Sourced (Ethically, Sutainability and Environmental) / Weighting: 2
Quality criterion - Name: Sustainability - Fair Work Practices / Weighting: 2
Quality criterion - Name: Sustainability - Modern Slavery / Weighting: 2
Quality criterion - Name: Sustainability - Equality, Diversity & Inclusion / Weighting: 2
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 June 2025
End date
15 June 2027
This contract is subject to renewal
Yes
Description of renewals
24 Months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.
Where 2 out of the 3 ratios cannot be met, the College may take the undernoted into consideration when assessing financial viability and the risk to the College, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria. This list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:
Would the bidder have passed the checks if prior year accounts had been used?
Were any of the poor appraisal outcomes 'marginal'?
Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?
Does the bidder have sufficient reserves to sustain losses for a number of years?
Does the bidder have a healthy cash-flow?
Is the bidder profitable enough to finance the interest on its debt?
Is most of the bidder's debt owed to group companies?
Is the bidder's debt due to be repaid over a number of years, and affordable?
Have the bidder's results been adversely affected by ‘one off costs’ and / or ‘one off accounting treatments’?
Do the bidder's auditors (where applicable) consider it to be a ‘going concern’?
Will the bidder provide a Parent Company Guarantee?
Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?
The College will obtain an Equifax Report or similar financial verification systems to validate the information provided.
Please refer to Part 4 B
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 = 5,000,0000 GBP
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
9 May 2025
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
12 May 2025
Local time
8:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28966. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:795328)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sherriff and Justice of the Peace Court
Glasgow
G5 9DA
Country
United Kingdom