Notice Information
Notice Title
Purchase of Sanitary Products for Scottish Government Initiative
Notice Description
This procurement is to appoint a supplier of sanitary products as per the Scottish Government initiative to end period poverty.
Lot Information
Lot 1
This procurement is to appoint a supplier to provide the below mentioned products to the University; Sanitary Pads Regular/ Day Sanitary Pads Super/ Night Non-applicator Tampons Regular Non-applicator Tampons Super The products are required to be delivered to different areas within the John Anderson campus. Delivery areas are advised within the tender documentation.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000557935
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331731
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- 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
33 - Medical equipments, pharmaceuticals and personal care products
98 - Other community, social and personal services
-
- CPV Codes
33771100 - Sanitary towels or tampons
98341130 - Janitorial services
Notice Value(s)
- Tender Value
- £96,300 Under £100K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Sep 20187 years ago
- Submission Deadline
- 16 Oct 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF STRATHCLYDE
- Contact Name
- Not specified
- Contact Email
- mikaela.bennett@strath.ac.uk
- Contact Phone
- +44 1415482823
Buyer Location
- Locality
- GLASGOW
- Postcode
- G1 1QE
- 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 Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331731
Purchase of Sanitary Products for Scottish Government Initiative - This procurement is to appoint a supplier of sanitary products as per the Scottish Government initiative to end period poverty.
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-r6ebe6-0000557935-2018-09-19T00:00:00Z",
"date": "2018-09-19T00:00:00Z",
"ocid": "ocds-r6ebe6-0000557935",
"initiationType": "tender",
"parties": [
{
"id": "org-21",
"name": "University of Strathclyde",
"identifier": {
"legalName": "University of Strathclyde"
},
"address": {
"streetAddress": "40 George Street, Procurement Department",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1QE"
},
"contactPoint": {
"email": "mikaela.bennett@strath.ac.uk",
"telephone": "+44 1415482823",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.strath.ac.uk/"
}
}
],
"buyer": {
"name": "University of Strathclyde",
"id": "org-21"
},
"tender": {
"id": "UOS-12674-2018",
"title": "Purchase of Sanitary Products for Scottish Government Initiative",
"description": "This procurement is to appoint a supplier of sanitary products as per the Scottish Government initiative to end period poverty.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "98341130",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow City Centre"
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 96300,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2018-10-16T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-10-16T12:00:00Z"
},
"documents": [
{
"id": "SEP331731",
"documentType": "contractNotice",
"title": "Purchase of Sanitary Products for Scottish Government Initiative",
"description": "This procurement is to appoint a supplier of sanitary products as per the Scottish Government initiative to end period poverty.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331731",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "This procurement is to appoint a supplier to provide the below mentioned products to the University; Sanitary Pads Regular/ Day Sanitary Pads Super/ Night Non-applicator Tampons Regular Non-applicator Tampons Super The products are required to be delivered to different areas within the John Anderson campus. Delivery areas are advised within the tender documentation.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2018-10-16T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Please refer to the tender documentation for full details."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "III.1.1 of the notice is not applicable to this procurement exercise."
},
{
"type": "economic",
"description": "Please refer to these statements when completing section 4B of the ESPD (Scotland). 4B.2.2 - Bidders will be required to have an average yearly turnover of 200,000 GBP for the last three years. 4B.5.1 - 4B.5.3 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 of insurance indicated below. Employer's (Compulsory) Liability Insurance = 2 million GBP Public Liability Insurance = 2 million GBP Indemnity Insurance = 2 million GBP 4B.6 The Contracting authority also reserves the right to undertake a credit risk rating check on Bidders. Should such checks be deemed appropriate to this procurement, the Contracting Authority shall utilise Dun & Bradstreet (D&B) credit check facility. Bidders must therefore evidence a good credit rating. In this instance, a good rating is defined as a D&B Failure Score of 20 or above. The Contracting Authority recommends that Bidders review their own D&B failure Score in advance of submitting their response. If, following this review Bidders consider that the D&B Failure Score does not reflect their current financial status the Bidder should give an explanation within the submission, together with any relevant supporting independent evidence. The Contracting Authority will review any such information as part of the evaluation of Bidder's financial status. Where the Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their submission in order that the Contracting Authority may assess these to determine the suitability of the Bidder to undertake a contract of this size. Where a consortium response is received, the D&B Failure Score of each consortium member shall be assessed. Where the Bidder intends to sub-contract more than 25% of any Contract value of a single sub-contractor, the Contracting Authority reserves the right to assess each sub contractor. Should the Contracting Authority utilise the right to consider the D&B Failure score, Bidders who fail to achieve a minimum D&B failure score of 20 and above or fail to provide sufficient financial information (as above) to enable the Contracting Authority to undertake a financial assessment of their company may be excluded from this procurement exercise."
},
{
"type": "technical",
"description": "4C.10 Subcontracting Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract 4C.11 Products Bidders will be required to supply samples, descriptions or photographs of the products to be supplied, which do not need to be accompanied by certifications of authenticity."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2019-01-17T00:00:00Z"
}
},
"classification": {
"id": "33771100",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "ITT Award Criteria The Price/Technical split for the ITT will be 40% Technical/ 60% Commercial. The following scoring mechanism will be applied to the Quality Evaluation. The award criteria questions and weightings will be published in the ITT. The scoring convention for Award Criteria will be as follows: 0 Unacceptable: Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 Poor: Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 Acceptable: Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 Good: Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 Excellent: Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. Technical Questionnaire: Section overall weight = 40% of tender Q1: 40% - Stock Holding Methodology Q2: 20% - Response Time Q3: 20% - Complaint Handling Q4: 20% - Business Continuity The buyer is using PCS-Tender to conduct this tendering exercise. The Project code is 11949. For more information, see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: The Contracting Authority recognises that community benefits are a key component in maximising social, economic and environmental benefits. The achievements and delivery of community benefits can contribute to the University of Strathclyde's Strategic Plan. The Contracting Authority proposes to use a Voluntary Approach to Community Benefits for this requirement; this approach is to encourage the Tenderer to offer Community Benefits post tender. These will not form part of the contractual obligation and will not form part of the considerations at Tender evaluation stage. The Contracting Authority reserves the right to request additional deliveries by the Successful Tenderer either intended as partial replacement of supplies or installations or as the extension of existing supplies or installations. The Contracting Authority may at its sole discretion exercise this option. The terms and conditions governing this contract will be the University of Strathclyde's Standard Conditions of Purchase for Goods and Services, and the additional terms of contract at Part 2 of the Invitation to Tender. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11237. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:548015) The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11949. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:557935)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000557935"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}