Section one: Contracting authority
one.1) Name and addresses
City Building (Glasgow) LLP
350 Darnick Street
Glasgow
G71 7HQ
Contact
Ross Hocknull
ross.hocknull@citybuildingglasgow.co.uk
Telephone
+44 1412872328
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.1) Name and addresses
City Building (Contracts) LLP
350 Darnick Street
Glasgow
G21 4BA
Contact
Ross Hocknull
ross.hocknull@citybuildingglasgow.co.uk
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
one.1) Name and addresses
The Wheatley Housing Group Limited
25 Cochrane Street
Glasgow
G1 1HL
Contact
Ross Hocknull
procurement@wheatley-group.com
Telephone
+44 8004797979
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=AA10306
one.1) Name and addresses
Glasgow City Council
Glasgow
Glasgow
G2 1DU
Contact
Ross Hocknull
corporateprocurement@glasgow.gov.uk
Telephone
+44 1412876403
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
National registration number
Chief Executives Department, City Chambers
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
one.2) Information about joint procurement
The contract involves joint procurement
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
Body governed by public law
one.5) Main activity
Other activity
Construction, Building Services, Maintenance and Manufacturing
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply and Delivery of white goods and small appliances
Reference number
CBG138
two.1.2) Main CPV code
- 39710000 - Electrical domestic appliances
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply and Delivery of White Goods and Small Appliances
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39710000 - Electrical domestic appliances
- 39711100 - Refrigerators and freezers
- 39713430 - Vacuum cleaners
- 39721100 - Domestic cooking appliances
- 42214100 - Cooking ovens
- 42716120 - Washing machines
- 39711330 - Electric toasters
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow and Central Belt of Scotland.
However, CBG reserves the right to add other geographical delivery locations within Scotland if work streams require this.
two.2.4) Description of the procurement
City Building (Glasgow) LLP requires to procure the Supply and Delivery of white goods and small appliances to enable it to meet the fluctuating demands of existing, new,and future clients’/work streams.
CBG has a track record of excellence in the Supply of White Goods and Small Appliances and as such the successful bidder must ensure that the service levels required by CBG are provided to the highest of standards. The winning bidder must provide a strategic and proactive approach and be prepared to work with CBG in terms of continual improvement and innovation. Therefore, CBG requires to contract with a supplier with demonstrable expertise in the supply and delivery of white goods and small appliances
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Contract for initial 2 years with options to extend by 24 months.
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.1.2) Economic and financial standing
List and brief description of selection criteria
There is a minimum financial requirement that affects Minimum Turnover Trading Performance and Balance Sheet Strength
There is also a further requirement regarding Current Liquidity, which can be met by a Letter of Comfort from the bank of the Bidder (see below)
Minimum Turnover
Minimum Turnover to be set at GBP5.0m per annum
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
If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company
being successful in the procurement process, full set of accounts will be required in order to verify the above
ratios have been complied with.
An applicant should have no outstanding issues, with regard to statutory filing
requirements with Companies House.
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.
Due to the negative financial consequences of the pandemic, City Building (Glasgow) LLP also requires
assurance regarding current liquidity of the bidding company
The bidder must provide a Letter of Comfort from its own bank to satisfy the above financial requirement.
If the pandemic has had an adverse affect on the latest set of accounts filed with Companies House,
City Building (Glasgow) LLP will take that into account in determining financial suitability for the contract.
The above, however, should not impinge on the financial viability of the company, as defined by the
ratios set out in the above financial requirements.
City Building (Glasgow) LLP 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
Insurance Requirements
Employer’s Liability
The organisation/consultant shall take out and maintain throughout the period of their services Employer’s Liability insurance to the value of at least TEN MILLION (GBP10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period.
Public Liability
The organisation/consultant shall take out and maintain throughout the period of their services Public Liability Insurance to the value of at least FIVE MILLION POUNDS STERLING (GBP5,000,000) in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate. This policy should cover the removal and disposal of asbestos.
Products Insurance
The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (GBP5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate.
Professional Indemnity
The organisation/consultant shall take out and maintain throughout the period of their services and for a further 3 years on completion of their service, Professional Indemnity insurance to the value of at least FIVE MILLION (GBP5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate.
Motor Insurance
The organisation/consultant shall take out and maintain throughout the period of their services, at least statutory Motor insurance cover as per the Road Traffic Act 1988.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD question 4C.1.2
Provide two relevant examples from within the last three years that demonstrate your organisation has the relevant and necessary skills, expertise and experience to deliver the service required by CBG. For each relevant example the following information should be provided but is not limited to –
1. an overview of the contract including customer name, contract start and completion date and contract value.
2. a thorough and detailed description for each example of the scope of the requirement and service provided by you demonstrating experience in a contract the same or similar in scope and complexity to the CBG requirement.
3. Innovation aspects provided by the bidder for each example to include details of any service development and innovation to improve performance and efficiency.
Your response to this question should not exceed, for each example, 4 x A4 sides, this page count includes all text (Arial font 11), photographs, figures and diagrams.
Where a submission exceeds the maximum number of pages indicated per example, no account will be taken of the content of the pages beyond the maximum.
Weighting
The weighting will be out of 100 with 50% attributed to each example. A minimum pass mark of 60 out of 100 is required overall for this question. Any bidder who fails to achieve the minimum score for this question will be excluded from the process at this stage and the price submission will not be considered.
CBG will take an overall view on the bidder’s response and use the scoring methodology as stated in the tender documents.
Minimum level(s) of standards required (Pass/Fail Questions):
1 - Service Level Agreement
2 - Orders Capability
3 - Community Benefits
Bidder must confirm adherence to all 3.
Quality Assurance: ISO9001 or equivalent or procedures in place meet City Building (Glasgow) LLP's standardsas detailed in the tender documents and ESPD Guidance Document.
Environmental Management Standards: ISO14001 or equivalent or procedures in place meet City Building(Glasgow) LLP's standards as detailed in the tender documents and SPD Guidance Document.
Health and Safety: ISO45001 or procedures in place meet City Building (Glasgow) LLP's standards as detailed in the tender documents and SPD Guidance Document.
Refer to City Building (Glasgow) LLP's SPD Guidance Documents for further information.
http://www.citybuildingglasgow.co.uk/tenders/ for further information regarding economic, environmental and social or employment-related considerations. This document can also be found within the attachments area of PCS-T
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
Framework agreement with a single operator
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 000-007385
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 July 2022
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 July 2022
Local time
12:00pm
Place
City Building Main Office, 350 Darnick Street, G21 4BA
Information about authorised persons and opening procedure
Procurement Team via PCS-t.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Approximately 4 years.
six.3) Additional information
Economic operators may be excluded from this competition if they are in any situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Bidders Amendments-Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to the offer. Bidders will be required to complete the Bidders Amendment Certificate contained in the buyers attachment area of PCS-T.
Non-collusion — Bidders will be required to complete the Non Collusion Certificate contained within the buyers attachment area of PCS-T.
Freedom of Information (FOI) — Information on the FOI Act is within instruction to bidders. Bidders must note the implications of this legislation and ensure that any information they wish City Building(Glasgow) LLP to consider withholding is specifically indicated on the FOI Certificate contained within buyers attachment area of PCS-T.(NB City Building(Glasgow) LLP does not bind itself to withhold this information).
Additional information relevant to this tender can be found in the tender documents, terms and conditions and SPD guidance document located in the buyer attachment area of Public Contract Scotland — Tender (PCS-T)
Potential future requirements — The winning bidder will be expected during the duration of the contract to support City Building (Glasgow) LLP in any new operational initiatives/systems that may be implemented which may involve IT integration. Additional services may be required during the course of the contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21581. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
City Building(Glasgow) LLP expects the successful bidder to deliver a range of community benefits meeting City Building (Glasgow)
LLP's priorities in partnership with City Building(Glasgow) LLP, 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.
CBG does not undertake to accept the lowest tender, or part, or all of any tender and the acknowledgement of receipt of any submitted tender shall not constitute any actual or implied agreement between CBG and the Bidder. CBG reserves the right not to accept any tender or to accept any part of any tender at its sole discretion.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=694856.
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 part will be sub-contracted.
(SC Ref:694856)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
City Building (Glasgow) LLP must, by notice in writing as soon as possible, after the decision has been made,inform all bidders and candidates concerned of its decision to award the contract. City Building (Glasgow) LLP 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 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”). City Building(Glasgow) LLP is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by City Building (Glasgow)LLP, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that City Building (Glasgow) LLP 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 detailedin the Regulations. Economic Operators can write to City Building (Glasgow) LLP seeking further clarification onthe notice, to which City Building (Glasgow) LLP must respond within 15 days. Economic Operators should bemindful to seek their own independent legal advice when they consider appropriate to do so.