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
Catering Kits for College Courses. Full list of items required are contained in Appendix F in the documents attached on PCS-T.
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 purpose of this procurement exercise is to appoint a supplier to supply and deliver catering equipment based on Kit Lists provided.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 25
Quality criterion - Name: Ordering, Refunds, Returns & Exchanges / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Added Value / Weighting: 10
Quality criterion - Name: Fair Work Practices / Weighting: 5
Quality criterion - Name: Modern Slavery / Weighting: 5
Quality criterion - Name: Business Continuity Planning / Weighting: 10
Quality criterion - Name: Equality, Diversity & Inclusion / Weighting: 10
Quality criterion - Name: Supply Chain Management / Weighting: 10
Quality criterion - Name: Implementation & Exit Plan / Weighting: 5
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Renewal of the contract will be in 48 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Other related services to this contract within reason, during the life 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
Minimum level(s) of standards possibly required
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
Public Liability Insurance = 10,000,000 GBP
Professional Liability Insurance = 2,000,000 GBP
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional
qualifications:
PVG Membership
Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:
PVG Membership
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract management information and KPI's can be found in the Invitation to Tender document under schedule C
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
24 October 2022
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
24 October 2022
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
six.3) Additional information
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 D – CoGC Service Contract;
Appendix E – PECOS Supplier Adoption Form;
Appendix F – Pricing Schedule;
Appendix J – PVG Act Declaration;
Appendix O – Declaration of Non Involvement of Human Trafficking;
Appendix P – Declaration of Non Involvement of Serious Organised Crime;
Appendix N – Conflict of Interest Declaration;
Appendix Q - Prompt Payment Certificate.
In the case of an open tender 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 22423.
For more information see:
(SC Ref:701277)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22423. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:707425)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom