Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
Contact
Lindsay McGibbon
lindsay.mcgibbon@glasgow.gov.uk
Telephone
+44 1412876964
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
Country
United Kingdom
Internet address
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.