Contract

Supply and Delivery of Outdoor Clothing

  • Glasgow City Council

F03: Contract award notice

Notice identifier: 2021/S 000-005649

Procurement identifier (OCID): ocds-h6vhtk-029d82

Published 19 March 2021, 3:08pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Contact

Lindsay McGibbon

Email

lindsay.mcgibbon@glasgow.gov.uk

Telephone

+44 1412876964

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Delivery of Outdoor Clothing

Reference number

GCC005049CPU

two.1.2) Main CPV code

  • 18000000 - Clothing, footwear, luggage articles and accessories

two.1.3) Type of contract

Supplies

two.1.4) Short description

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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £300,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18220000 - Weatherproof clothing
  • 18221000 - Waterproof clothing
  • 35113400 - Protective and safety clothing

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow, UK

two.2.4) Description of the procurement

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.

two.2.5) Award criteria

Quality criterion - Name: Key Personnel / Weighting: 7.5%

Quality criterion - Name: Complaints / Weighting: 7%

Quality criterion - Name: Methodology / Weighting: 29%

Quality criterion - Name: Returns Policy / Weighting: 6.5%

Quality criterion - Name: Management Information / Weighting: 4%

Quality criterion - Name: Sustainable Social/Economic requirements / Weighting: 4.5%

Quality criterion - Name: Environmental Impact / Weighting: 6.5%

Quality criterion - Name: Fair Work Practices / Weighting: 5%

Price - Weighting: 30%

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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: 2020/S 169-410310


Section five. Award of contract

Contract No

GCC005049CPU

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

ASPIRE INDUSTRIAL SERVICES

17 KELVIN AVENUE , HILLINGTON INDUSTRIAL ESTATE

GLASGOW

G52 4LT

Telephone

+44 1418823875

Country

United Kingdom

NUTS code
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

MUDDY FACES

4A, Sheffield Road, Hackenthorpe

SHEFFIELD

S12 4LT

Telephone

+44 1142219617

Country

United Kingdom

NUTS code
  • UKE32 - Sheffield
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £400,000

Total value of the contract/lot: £300,000


Section six. Complementary information

six.3) Additional information

(SC Ref:647350)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO BOX 23 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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 Sherriff Court of the Court of Session where 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.