Notice Information
Notice Title
Supply and Delivery of Uniforms and Accessories for Educational Establishments
Notice Description
Supply and delivery of uniforms and accessories for education establishments.
Lot Information
Lot 1
Supply and delivery of uniforms and accessories for educational establishments
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-067b90
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030768-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
18 - Clothing, footwear, luggage articles and accessories
-
- CPV Codes
18000000 - Clothing, footwear, luggage articles and accessories
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Apr 20262 days ago
- Submission Deadline
- 7 May 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- January/February 2030
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
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-067b90-2026-04-02T11:14:23+01:00",
"date": "2026-04-02T11:14:23+01:00",
"ocid": "ocds-h6vhtk-067b90",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31520. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Bidders must indicate the type and volume of any Community Benefit outcomes they propose to deliver. The outcomes offered, however, must meet the minimum Community Benefit Points (CBP) as stipulated below: If contract spend reaches the value outlined at Threshold 1 (in the community benefits menu) 50k - 100k GBP (40 Points) - the successful supplier will be required to deliver all outcomes offered under Threshold 1 If contract spend reaches the value outlined in Threshold 2 (in the community benefits menu) 100k - 250k GBP (100 Points) - the successful supplier will be required to deliver all outcomes offered under Thresholds 1 and 2 If contract spend reaches the value outlined in Threshold 3 (in the community benefits menu) 250k - 500k GBP (120 Points) - the successful supplier will be required to deliver all outcomes offered under Thresholds, 1, 2 and 3 Bidders must confirm that they will meet these obligations in full by completing the relevant areas within the Community Benefits Menu. (SC Ref:827218)",
"initiationType": "tender",
"tender": {
"id": "GCC006328CPU",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Supply and Delivery of Uniforms and Accessories for Educational Establishments",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "18000000",
"description": "Clothing, footwear, luggage articles and accessories"
},
"mainProcurementCategory": "goods",
"description": "Supply and delivery of uniforms and accessories for education establishments.",
"lots": [
{
"id": "1",
"description": "Supply and delivery of uniforms and accessories for educational establishments",
"awardCriteria": {
"criteria": [
{
"name": "Contract Delivery",
"type": "quality",
"description": "30"
},
{
"name": "Sustainability",
"type": "quality",
"description": "10"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "55"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Glasgow or surrounding area"
},
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Financial Check: - In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted: - Bidders must comply with the undernoted financial requirements in order to participate in the tendering process: - There is a minimum financial requirement that affects trading performance, and balance sheet strength financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House. Trading Performance: - An overall positive outcome on EBITDA earnings over a 3 year period. Exceptional items can be excluded from the calculation. The above would be expressed in the ratio EBITDA/Turnover. Balance Sheet Strength: - Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities. If a bidder is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required for the last 2 individual years filed in order for the 3 year profitability requirement to be verified. A bidder should have no outstanding issues, with regard to statutory filing requirements with Companies House. Bidders who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period during which they have been trading. Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Where the bidder is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements. The council reserves the right at its own discretion to seek such other information from the bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing.",
"minimum": "Glasgow City Council's Insurance Requirements are: - Bidder shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one event and unlimited in the period. - Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000) in respect of any one event and unlimited in the period. - Bidder shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000) in respect of any one event and in the aggregate.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Bidders are required to provide evidence of having the necessary capacity and capability to deliver the requirements of the contract. Bidders shall demonstrate their experience in delivering the relevant products similar to the project requirements as detailed within the tender documentation by using examples from their own experience. Please provide 2 relevant examples of supplies carried out during the last 3 years as specified in the tender documentation. (Examples from both public and/or private sector customers and clients may be provided)",
"minimum": "As part of your response please provide as a minimum, the following information:- name of the client, contract value, project duration- a description of the scope, size and complexity of the contract- if you were able to demonstrate added value Bidders must score a minimum threshold of 60% across all questions Any bidder who fails to achieve the minimum points score for any question will be disqualified.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "As specified within the tender document (section 4.15 key performance indicators).",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2026-05-07T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2026-05-07T12:00:00+01:00"
},
"bidOpening": {
"date": "2026-05-07T12:00:00+01:00"
},
"hasRecurrence": true,
"reviewDetails": "Glasgow City Council (\"the Council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
"recurrence": {
"description": "January/February 2030"
}
},
"parties": [
{
"id": "GB-FTS-73933",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "40 John St, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412876426",
"email": "claire.connell@glasgow.gov.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.glasgow.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE",
"description": "Regional or local authority"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-1043",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "PO Box 23 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-73933",
"name": "Glasgow City Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000827218"
}
],
"language": "en"
}