Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
City of Glasgow College
190 Cathedral Street
Glasgow
G4 0RF
UK
Person cyswllt: Danielle Gough
E-bost: Danielle.Gough@cityofglasgowcollege.ac.uk
NUTS: UKM82
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.cityofglasgowcollege.ac.uk/
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00453
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Addysg
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Supply and Delivery of Sportswear for City of Glasgow College and Glasgow Clyde College
Cyfeirnod: CS/CoGC/24/99
II.1.2) Prif god CPV
18412000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
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.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 144 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
18412000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
II.2.4) Disgrifiad o’r caffaeliad
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
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Core Product List
/ Pwysoliad: 20
Maes prawf ansawdd: Service Delivery
/ Pwysoliad: 13
Maes prawf ansawdd: Contract Management
/ Pwysoliad: 13
Maes prawf ansawdd: Business Continuity Planning
/ Pwysoliad: 4
Maes prawf ansawdd: Added Value Services & Community Benefits
/ Pwysoliad: 4
Maes prawf ansawdd: Sustainability - Take Back Policy and Circular Economy
/ Pwysoliad: 3
Maes prawf ansawdd: Sustainability - Products Sourced (Ethically, Sutainability and Environmental)
/ Pwysoliad: 2
Maes prawf ansawdd: Sustainability - Fair Work Practices
/ Pwysoliad: 2
Maes prawf ansawdd: Sustainability - Modern Slavery
/ Pwysoliad: 2
Maes prawf ansawdd: Sustainability - Equality, Diversity & Inclusion
/ Pwysoliad: 2
Price
/ Pwysoliad:
35
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
16/06/2025
Diwedd:
15/06/2027
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
24 Months
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
09/05/2025
Amser lleol: 17:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
12/05/2025
Amser lleol: 08:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sherriff and Justice of the Peace Court
Glasgow
G5 9DA
UK
E-bost: glasgow@scotcourts.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
03/04/2025