Awarded contract

Burrell Bespoke Display

  • Glasgow City Council

F03: Contract award notice

Notice reference: 2021/S 000-015177

Published 2 July 2021, 11:15am



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Contact

Fiona McInnes

Email

fiona.mcinnes@glasgow.gov.uk

Telephone

+44 1412875676

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Burrell Bespoke Display

Reference number

GCC005290CPU

two.1.2) Main CPV code

  • 44115800 - Building internal fittings

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply, Delivery and Installation of goods for the Burrell Bespoke Display

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Value excluding VAT: £409,182.57

two.2) Description

two.2.1) Title

South East Corner Gallery and Bridgewater Ceiling

Lot No

1

two.2.2) Additional CPV code(s)

  • 92521100 - Museum-exhibition services
  • 44115800 - Building internal fittings

two.2.3) Place of performance

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

UK, Glasgow

two.2.4) Description of the procurement

Supply, Delivery and Installation of the following for the Burrell Bespoke Display:

Lot 1 - South East Corner Gallery and Bridgewater Ceiling

two.2.5) Award criteria

Quality criterion - Name: Method Statement / Weighting: 33

Quality criterion - Name: Proposed Team / Weighting: 20

Quality criterion - Name: Sustainability Question / Weighting: 2

Quality criterion - Name: Community Benefits / Weighting: 10

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

two.2.14) Additional information

Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public

Contracts (Scotland) Regulations 2015

two.2) Description

two.2.1) Title

Access Core Stained Glass

Lot No

2

two.2.2) Additional CPV code(s)

  • 44115800 - Building internal fittings
  • 92521100 - Museum-exhibition services

two.2.3) Place of performance

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

UK, Glasgow

two.2.4) Description of the procurement

Supply, Delivery and Installation of the following for the Burrell Bespoke Display:

Lot 2 - Stained Glass Hub Framework

two.2.5) Award criteria

Quality criterion - Name: Method Statement / Weighting: 33

Quality criterion - Name: Proposed Team / Weighting: 20

Quality criterion - Name: Sustainability Question / Weighting: 2

Quality criterion - Name: Community Benefits / Weighting: 10

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

two.2.14) Additional information

Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public

Contracts (Scotland) Regulations 2015


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: 2021/S 000-002915


Section five. Award of contract

Lot No

1

Title

South East Corner Gallery and Bridgewater Ceiling

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 May 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

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

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Elmwood Projects Ltd

25 Eagle Street, Craighall Business Park

Glasgow

G4 9XA

Telephone

+44 1413323086

Fax

+44 1413311590

Country

United Kingdom

NUTS code
  • UK - United Kingdom
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: £250,000

Total value of the contract/lot: £233,931.29

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Value excluding VAT: £131,001.52

Proportion: 56 %

Short description of the part of the contract to be subcontracted

The subcontractors will be supplying and installing the electrical and lighting works, metal works and stone works.


Section five. Award of contract

Lot No

2

Title

Access Core Stained Glass

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 May 2021

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

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

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Beck Interiors Limited

Victory House, Cox Lane

Chessington

KT9 1SG

Telephone

+44 02089740500

Country

United Kingdom

NUTS code
  • UK - United Kingdom
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: £180,000

Total value of the contract/lot: £175,251.28

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Value excluding VAT: £138,448.51

Proportion: 79 %

Short description of the part of the contract to be subcontracted

The subcontractors will be supplying and installing the electrical and lighting works and metal works.


Section six. Complementary information

six.3) Additional information

Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control, Health and Safety

and Environmental Management Standards or comply with all the questions noted in SPD Section 4D. Please refer to the ‘SPD Statements’

uploaded to the buyers attachment area on PCS-T.

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 contained in the buyers attachments area within the PCS Tender portal (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. Applicants will be required to complete the tenderers amendment certificate contained in the Buyers

Attachment area within the tender portal at ITT stage.

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 sub-contractors 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 subcontractors in respect of payments due to any sub-sub-contractors, if any.

Applicants will be required to complete the prompt payment certificate contained in the Buyers Attachments area within PCS Tender

portal.

Non – Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Buyers Attachments area within

the tender portal.

Insurance Mandate - 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. 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 Buyers Attachments area of the tender portal.

Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to

provide all documentation as specified in the SPD. When the Request for Documentation is made, Bidders must supply the relevant

information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and

the Council proceeding with the procurement exercise to the next appropriate bidder.

Additional information pertaining to this contract notice is contained within the Invitation To Participate/Tender documents and the SPD

Statements document. Applicants must ensure they read these in line with this contract notice.

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

Community Benefits detailed within the Invitation To Tender document

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17789. 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:

Evaluated

Community Benefits are included as contractual obligations and evaluated as part of the tender process (e.g. Targeted Recruitment and

Employment Initiatives). A minimum weighting of 10% of the total evaluation criteria will be attributed to Evaluated Community Benefits.

(SC Ref:659084)

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

Telephone

+44 1414298888

Country

United Kingdom

Internet address

www.glasgow.gov.uk

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 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, 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.