Prisoner Clothing and Shoes – Invitation to Tender
This invitation to tender seeks a supplier to provide the Scottish Prison Service with prisoner clothing.
United Kingdom-Edinburgh: Clothing, footwear, luggage articles and accessories
2017/S 158-326928
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Calton House, 5 Redheughs Rigg
Edinburgh
EH12 9HW
United Kingdom
Contact person: Jamie Smart
Telephone: +44 1313303787
E-mail: jamie.smart@sps.pnn.gov.uk
NUTS code: UKM75
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00384
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
01483 — Prisoner Clothing and Shoes.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This Invitation to Tender (ITT) seeks a supplier to provide the SPS with prisoner clothing. To include items such as, but not limited to: Polo Shirts, Sweatshirts, T-Shirts, Sports Shorts, Underwear, Shoes and Trainers.
The scope of this contract is for all of SPS Establishments, located throughout Scotland.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland.
II.2.4)Description of the procurement:
This Invitation to Tender (ITT) seeks a supplier to provide the SPS with prisoner clothing. To include items such as, but not limited to: Polo Shirts, Sweatshirts, T-Shirts, Sports Shorts, Underwear and Shoes.
The SPS has approximately 8 000 prisoners located at 13 Establishments throughout Scotland.
The Supplier is required to provide the Goods to meet the demand of each individual Establishment. The contract term will be for an initial 3 years, with the option to extend for up to an additional 2 years (3+2 years).
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There will be the option to extend the contract for up to an additional 24 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
1 x Sample of each of the proposed products to be sent, samples will be expected to have arrived at SPS by the Tender closing date of the 18.9.2017.
III.1.2)Economic and financial standing
3 Years worth of General yearly turnover.
Financial information will be evaluated as Pass or Fail using turnover as a percentage of SPS business, the ratio between assets and liabilities, interest cover, gross margin and operating margin.
Assessment will reflect SPS’s consideration that there are no adverse financial factors noted and the bidder assessed as a low or acceptable level of commercial risk for SPS — (Pass).
Where, in the view of the SPS the bidder has insufficient financial or economic resources to undertake a contract of this scale and/or the bidder’s financial position is likely to put the contract at risk should they be awarded the contract, the SPS reserves the right to exclude (Fail) an organisation from the tender stage.
Failure to provide the requested financial information will result in a Fail.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
SPS Headquarters, Edinburgh.
The Technical and Commercial aspects of the tender will be evaluated separately by different persons in SPS. The SPS will then bring the two evaluation strands together to form an overall contract recommendation report which will identify the Best Price Quality Ratio (BPQR) based on the combined technical and commercial scoring.
Section VI: Complementary information
VI.1)Information about recurrence
If two year optional extension is not taken: November — 2020.
If two year optional extension is taken: November — 2022.
VI.3)Additional information:
Requirements for Bidders.
3 years worth of General yearly turnover.
1 x Sample of each of the proposed products.
Public Liability Insurance — 1 000 000 GBP
Product Liability Insurance — 1 000 000 GBP
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8790. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:508703).
VI.4.1)Review body
Calton House, 5 Redheughs Rigg
Edinburgh
EH12 9HW
United Kingdom
Telephone: +44 1313303790Internet address:http://www.sps.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Tender for PSNI Eyesight and Hearing Protection Products
Tender for Graduation Photography and Academic Gown Hire
Blackpool Council Personal Protective Equipment Tender
Supply of Workwear to Derbyshire County Council
Occupational Clothing and Personal Protection Equipment Tender