Section one: Contracting authority
one.1) Name and addresses
City Building (Glasgow) LLP
350 Darnick Street
Glasgow
G21 4BA
Contact
Keith Smith
keith.smith@citybuildingglasgow.co.uk
Telephone
+44 1412871955
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.citybuildingglasgow.co.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11002
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Other type
A subsiduary company of 2 public bodies
one.5) Main activity
Other activity
Maintenance, Construction & Manufacturing
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply and Delivery of Flooring and Associated Items
Reference number
CBG233
two.1.2) Main CPV code
- 39530000 - Carpets, mats and rugs
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply and Delivery of Flooring and Associated Items
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39531000 - Carpets
- 39531200 - Woven carpeting
- 39531300 - Tufted carpeting
- 39531310 - Carpet tiles
- 39531400 - Carpeting
- 39532000 - Mats
- 39533000 - Rugs
- 39534000 - Industrial carpeting
- 44112210 - Solid flooring
- 45262321 - Floor-screed works
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
City Building (Glasgow) LLP is seeking to tender a single supplier contract for the Supply and Delivery of Floori9ng and Associated Items.
Please note that under the Technical Envelope, 2.1.2 - 2.1.5 there are 4 mandatory pass/fail questions. They are
Community Benefits
Cutting Table
7am Delivery
Urgent Collections
Bidders must commit to the statements in order for CBG to progress your bid any further. It is imperative that bidders are able to achieve these goals. Failure to fully commit to this will disqualify your organisation from advancing in this tender process.
two.2.5) Award criteria
Quality criterion - Name: Operations / Weighting: 10
Quality criterion - Name: Order Processing / Weighting: 10
Quality criterion - Name: Account Management / Weighting: 5
Quality criterion - Name: Cost Control / Weighting: 5
Quality criterion - Name: Risk Mitigation / Weighting: 5
Quality criterion - Name: Product Quality / Weighting: 5
Quality criterion - Name: Community Benefit / Weighting: 0
Quality criterion - Name: Cutting Table / Weighting: 0
Quality criterion - Name: 7am Delivery / Weighting: 0
Quality criterion - Name: Urgent Orders / Weighting: 0
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
24 months at the sole discretion of City Building (Glasgow) LLP
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
N/A
three.1.2) Economic and financial standing
List and brief description of selection criteria
1. Minimum Annual Turnover
2. Profitability
Minimum level(s) of standards possibly required
1. A Minimum Annual Turnover of 5 Million GBP over the last full reporting period
2. A total net profitability over the last three full reporting periods
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-035738
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 February 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: January 2029
six.3) Additional information
Please note the value of this contract (5m GBP) is estimated over 4 years. The estimated spend is 1.25m GBP per annum.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28209. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
No element of the contract will be sub-contracted.
This is single-source supply.
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:
CBG is requesting community benefits on a Mandatory basis for this the tender.
CBG has a strong reputation for social values. At CBG where we are “Building a Sustainable Future”, we are providing skills to the workforce of tomorrow and generating true economic and sustainable benefits in our local communities and beyond.
We are committed to:
- Delivering lasting employment opportunities to local people, including those with a disability and/or from minority groups.
- Engaging directly with local community groups, organisations and other agencies to ensure we maximise opportunities to improve local areas and overall well-being.
- Combining commercial success with socially and environmentally responsible practices by giving life changing opportunities to those far removed from the labour market.
Our strong commitment to sustainable development will ensure that we continue to leave positive and lasting legacies for future generations and inspire transformations in local communities.
CBG expects the successful bidder to deliver a range of community benefits meeting CBG’s priorities in partnership with CBG, to maximise the added benefit from the contract.
Community Benefits will be mandatory on a Pass/Fail basis and will therefore not be evaluated as part of the tender evaluation. Community benefits will therefore be a contractual requirement and form part of the awarded contact. The successful bidder will be obliged to deliver their commitments. This element will be monitored continuously throughout the contract life and measured via KPI’s.
Bidders must commit to paying 0.5% of the annual income derived from this contract with CBG to Community Benefits the detail of which to be determined by CBG, acting reasonably, following constructive discussions with the successful bidder.
(SC Ref:787935)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom