United Kingdom-Glasgow: Clothing, footwear, luggage articles and accessories

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Glasgow: Clothing, footwear, luggage articles and accessories
OJEU (High Value) 410310-2020
Type Invitation to tender
Date Published 2020-09-01
Deadline 2020-09-30 12:00:00
Nature Of Contract Supply contract
Awarding Authority
Procedure Open procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Glasgow City Council
Postal address: Chief Executives Department, City Chambers
Town: Glasgow
Postal code: G2 1DU
Country: UK
Contact person: Lindsay McGibbon
Telephone: +44 1412876964
E-mail: lindsay.mcgibbon@glasgow.gov.uk
Fax: +44 1412879399
NUTS code: UKM82
Main address: www.glasgow.gov.uk
Address of the buyer profile (URL): http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

Communication
I.3) Procurement documents
(URL):www.publictendersscotland.publiccontractsscotland.gov.uk

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority: REGIONAL AUTHORITY

Main Activity
I.5.1) Main Activity: GENERAL PUBLIC SERVICES

Section II: Object of Contract


Title:
Supply and Delivery of Outdoor Clothing

Reference number: GCC005049CPU

II.1.4) Short description
The council invites tender bids for the supply and delivery of outdoor clothing.

The main objective for this procurement exercise is to appoint suppliers to provide high-quality and robust products whilst delivering a reliable delivery service to the 300 educational establishments within the Glasgow Boundary and Blairvadoch Outdoor Resource Centre.

Bidders products must adhere to the specifications as detailed within the tender documents.

The estimated value of this framework will range from GBP 200 000 upto GBP 400 000.

II.01) Estimated value excluding VAT:
GBP 400000.00

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: UKM82
II.2.3.2) Main site or place of performance:
Glasgow, UK.

II.1.4) Short description
Supply and delivery of outdoor clothing to 300 educational establishments within the Glasgow Boundary and Blairvadoch Outdoor Education Centre based in Helensburgh. This equipment will be utilised to provide adequate weather appropriate protection to pupils who are undertaking outdoor learning experiences.

II.2.5) Award criteria:

Criteria: Key personnel
Weighting: 7.5 %

Criteria: Complaints
Weighting: 7 %

Criteria: Methodology
Weighting: 29 %

Criteria: Returns policy
Weighting: 6.5 %

Criteria: Management information
Weighting: 4 %

Criteria: Sustainable social/economic requirements
Weighting: 4.5 %

Criteria: Environmental impact
Weighting: 6.5 %

Criteria: Fair work practices
Weighting: 5 %
Cost/Price
Weighting: 30
Value excluding VAT: GBP 400000.00
II.02.07) Duration in months 48
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
The initial contract period will run from 9 November 2020 until 8 November 2022 with two extension periods being available of up to 1 year each. The first extension will be reviewed mid 2022. Should the first extension period of up to 12 months be taken up the second extension period of up to 12 months will be reviewed mid 2023.

II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds): no

Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
As stated in invitation to tender.

III.1.2.3) List and brief description of selection criteria
Financial

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, balance sheet strength and current liquidity.

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 pre tax profits over a 3-year period exceptional items can be excluded from the calculation.

The above would be expressed in the ratio pre-tax profit/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

Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading.

Applicants 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.

Glasgow City Council also requires assurance regarding current liquidity of the bidding company.

The bidder may provide a Letter of Comfort from its own bank to satisfy the above financial requirement.

Glasgow City Council would also be prepared to consider other documentation that provided evidence that the bidder had adequate financial resources to undertake the contract Glasgow City Council reserves the right, at its own discretion, to seek such other information from the bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the bidder's economic and financial standing.

III.1.2.4) Minimum level(s) of standards possibly required
Insurances

All insurance figures are reviewable by Glasgow City Council for each project being tendered. Glasgow City Council will make the final decision on the level required for each project. There may be an option to require a lower level of insurance cover depending on the risk involved however all changes to the standard insurance requirements must be approved in advance by financial services (Insurance section).

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 (GBP 10 000 000) in respect of any one claim 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 (GBP 5 000 000) in respect of any one claim and unlimited in the period..

Bidder shall take out and maintain, products liability insurance to the value of at least five million pounds sterling (GBP 5 000 000) in respect of any one claim and in the aggregate.

Policies should contain an indemnity to principal clause.

The above insurances shall be with an insurance company registered with financial conduct authority (FCA) in the UK or equivalent body for other EU member states by the council and any organisation shall not sub-let or subcontract any part of the commission unless the subcontractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case.

Should the bidder not have the specified insurances at the time of tendering then, the bidder must certify in their response to this ITT that the specified insurance will be obtained.

If the bidder does not have the specified insurances or not certify an undertaking to do so, this WILL result in the bidder not being taken to the next stage in the evaluation process

Confirmation of insurances

The bidder is required to confirm that these levels of insurance would be in place should the bidder be awarded this contract.

All successful suppliers will be required to sign an insurance mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider.

III.1.3.2) List and brief description of selection criteria
Please refer to supplier guidance document within the attachment area of the portal within PCST of which bidders must answer all the questions.

4C.1.2 ESPD

Please provide three relevant examples of supplies carried out during the last 3 years as specified in the contract notice: (examples from both public and/or private sector).

For each example the bidder must complete the template provided and provide the following information but not be limited to:

1) full scope of the contract to include what supplies are being supplied,

2) customer name,

3) contract start date and contract end dates,

4) contract value,

5) contract description.

The weighting will be 33.3 % for each example with a total of 100 % attributed to three examples.

A minimum pass mark of 60 % out of 100 % is required in total for this section.

Any bidder who fails to achieve the minimum score for this section will be excluded at this stage.

III.2.2) Contract performance conditions
Key performance indicators as detailed within the terms and conditions.


Section IV: Procedure

IV.1.1) Type of procedure: Open
IV.1.3) The procurement involves the establishment of a framework agreement

IV.1.3) Envisaged maximum number of participants to the framework agreement 4

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-09-30
IV.2.2) Local time 12:00


IV.2.6) Duration in months (from the date stated for receipt of tender): 4
IV.2.7) Conditions for opening of tenders
IV.2.7) Date 2020-09-30
IV.2.7) Local time 12:00
IV.02.07) Place
Glasgow.


Section V: Complementary information



This framework is for 24 months with the option to extend for two additional periods of up to 12 months each. Therefore it is estimated that the notice for this re-tender will be issued in 2024.

VI.2.1) Electonic ordering will be used
VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

Additional Information:

Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Information regarding the European Single Procurement document and contracting authority specific requirements can all be found in supplier guidance document, which is available within the attachment area of Public Contracts Scotland.

For ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants should hold the relevant certificates for Quality Control, Environmental management services and health and safety. If bidders do not hold the relevant certificates, they will be required to respond to supporting questions as detailed in Invitation to tender document at the request for documentation stage.

Freedom of Information Act — information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information).

Tenderers Amendments — applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer.

Prompt Payment — the successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted subcontractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-subcontractors, if any.

Non Collusion — applicants will be required to complete the non collusion certificate.

Insurance Mandate — all successful suppliers will be required to sign an insurance mandate, contained in the buyers attachments area within the PCS tender portal authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.

Terms and conditions are located within the attachments area within the PCS tender portal

Additional information pertaining to this contract notice is contained in the invitation to tender and ESPD statements documents situated within the attachments area of PCS-T.

Bidders must ensure they read all the attachments available in the suppliers attachment area in line with this contract notice.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 16600

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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The council is seeking mandatory community benefits, please refer to invitation to tender document.

(SC Ref:625893)


Review body:
Official name: Glasgow Sheriff Court and Justice of the Peace Court
Postal address: PO BOX 23 1 Carlton Place
Town: Glasgow
Postal code: G5 9DA
Country: UK
E-mail: glasgow@scotcourts.gov.uk
URL: www.glasgow.gov.uk
VI.4.3) Precise information on deadline(s) for review procedures
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 86 of the Public Contract (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 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.
th


Section VI

Date of dispatch of this notice : 2020-08-27

CPV Codes
18000000; 18220000; 18221000; 35113400; Clothing, footwear, luggage articles and accessories; Weatherproof clothing; Waterproof clothing; Protective and safety clothing;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.