Notice Information
Notice Title
University Sports Clothing
Notice Description
The University of Edinburgh is appointing a supplier for the provision of sports clothing.
Lot Information
Lot 1
The University of Edinburgh is appointing a supplier for the provision of sports clothing. This covers the supply of bespoke, branded clothing including: staff uniforms, playing kit, high performance wear (where applicable), and leisure wear. The initial Contract period is for 3 years from 1st August 2025 to 31st July 2028. The University has the option to extend for a further 3 years, potentially taking the contract through to 31st July 2031.
Options: The initial Contract period is for 3 years from 1st August 2025 to 31st July 2028. The University has the option to extend for a further 3 years, potentially taking the contract through to 31st July 2031.
Renewal: The initial contract period is 3 years with one option to extend for a further 3 years (3 + 3).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0493f0
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015512-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
18 - Clothing, footwear, luggage articles and accessories
-
- CPV Codes
18000000 - Clothing, footwear, luggage articles and accessories
18412000 - Sportswear
Notice Value(s)
- Tender Value
- £2,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £2,000,000 £1M-£10M
Notice Dates
- Publication Date
- 16 Apr 202510 months ago
- Submission Deadline
- 23 Dec 2024Expired
- Future Notice Date
- 8 Sep 2024Expired
- Award Date
- 17 Mar 202511 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- James Clarke
- Contact Email
- jclarke5@ed.ac.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH1 1HT
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0493f0-2025-04-16T12:12:21+01:00",
"date": "2025-04-16T12:12:21+01:00",
"ocid": "ocds-h6vhtk-0493f0",
"description": "(SC Ref:796520)",
"initiationType": "tender",
"tender": {
"id": "EC1036",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "University Sports Clothing",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "18000000",
"description": "Clothing, footwear, luggage articles and accessories"
},
"mainProcurementCategory": "goods",
"description": "The University of Edinburgh is appointing a supplier for the provision of sports clothing.",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The University of Edinburgh is appointing a supplier for the provision of sports clothing. This covers the supply of bespoke, branded clothing including: staff uniforms, playing kit, high performance wear (where applicable), and leisure wear. The initial Contract period is for 3 years from 1st August 2025 to 31st July 2028. The University has the option to extend for a further 3 years, potentially taking the contract through to 31st July 2031.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract period is 3 years with one option to extend for a further 3 years (3 + 3)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial Contract period is for 3 years from 1st August 2025 to 31st July 2028. The University has the option to extend for a further 3 years, potentially taking the contract through to 31st July 2031."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18412000",
"description": "Sportswear"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2024-09-09T00:00:00+01:00",
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "SPD 4B.1.1 - Bidders will be required to have a \"general\" yearly turnover threshold value of 2,000,000 GBP for the last three years prior to the date of proposed contract award. SPD 4B.5.1 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Note: There is no requirement for separate product liability insurance as the monetary value detailed against public liability insurance is inclusive of both types of insurance. Employer's (Compulsory) Liability Insurance = 5 million GBP; Public Liability Insurance = 5 million GBP; and Professional Indemnity Insurance = 2 million GBP. SPD 4B.6 - Statement 1: Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract. Statement 2: Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: Current Ratio, Quick Ratio, Debtors Turnover Ratio, Return on Assets, Working Capital, Debt to Equity Ratio, and Gross Profit Ratio. A review of your ratios and audited accounts may be undertaken. In some cases, this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information may be used to assess financial sustainability.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPD 4D.1 - 1st Statement: Quality Management and Health and Safety Procedures. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 9001 (or equivalent). SPD 4D.1 - 2nd Statement: Quality Management and Health and Safety Procedures. The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. SPD 4D.1.1 - Statement 1: If the bidder does not hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 9001 (or equivalent), The bidder must have the following: Equivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented items relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above -- a policy with set responsibilities, review and improvement procedures, quality management and performance process, workforce training, skills and information process, monitoring arrangements, bidder quality management arrangements, and a process for managing complaints. SPD 4D.1.1 - Statement 2: If the bidder does not hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then the bidder must have the following: Equivalent, regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above -ensuring H&S effectiveness, obtaining H&S advice and assistance, training, skills and information for bidder workforce, workforce H&S qualifications, checking and reviewing H&S performance, involving workforce in planning and implementation, recording accidents/incidents and follow-up actions, ensuring bidder's suppliers apply H&S appropriate measures, risk assessment, and coordinating with bidder's suppliers. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. SPD 4D.2 Statement: Environmental Management Systems. The Bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. SPD 4D.2.1 Statement: If the bidder does not hold UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following: Equivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above - ensuring effectiveness of measures and reducing impacts, workforce training and skills, checking and reviewing, dealing with waste, and ensuring any suppliers the bidders engage apply appropriate environmental protection measures.",
"minimum": "1. The scope of the delivery of the first batch of goods are required to be undertaken and completed by the appointed supplier no later than the 14th August 2025. Bidders must confirm that they are able to comply with this delivery date. 2. Bidders are to confirm that they are able to provide an Account Manager to the UoE account who has the ability to travel to Edinburgh at least once every eight weeks. 3. Bidders are to confirm that they are able to provide an electronic management system. 4. A requirement of this contract is that all products supplied meet the mandatory level of the Government Buying Standard (GBS) for textiles (see https://www.gov.uk/government/collections/sustainable-procurement-the-government-buying-standards-gbs). This must include current compliance with all Mandatory and Award Criteria, plus a commitment to achieve full compliance with GBS Best Practice Criteria within the contract lifetime. Bidders must be able to provide documentation or verification of compliance prior to award.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "As detailed within the Invitation to Tender documents within \"Schedule 3 - Statement of Requirements\" and \"Schedule 10 -Contract Monitoring & Management\".",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2024-12-23T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2024-12-23T12:00:00Z"
},
"bidOpening": {
"date": "2024-12-23T12:00:00Z"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-2023",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "James Clarke",
"email": "jclarke5@ed.ac.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.ed.ac.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-131026",
"name": "Edinburgh Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "Edinburgh Sheriff Court, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-144291",
"name": "Dreamsport 2022 Limited",
"identifier": {
"legalName": "Dreamsport 2022 Limited"
},
"address": {
"streetAddress": "Uniform House, 7 Acrewood Way",
"locality": "St Albans",
"region": "UKG11",
"postalCode": "AL4 0JY",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7763667764"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-2023",
"name": "University Of Edinburgh"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000783985"
}
],
"language": "en",
"awards": [
{
"id": "015512-2025-EC1036-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-144291",
"name": "Dreamsport 2022 Limited"
}
]
}
],
"contracts": [
{
"id": "015512-2025-EC1036-1",
"awardID": "015512-2025-EC1036-1",
"status": "active",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"dateSigned": "2025-03-17T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 9
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 9
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 9
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 9
}
]
}
}