Section one: Contracting authority
one.1) Name and addresses
Scottish Courts and Tribunals Service
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XD
Telephone
+44 1314443300
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.scotcourtstribunals.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00396
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Staff Uniforms
Reference number
SCTS-2021-134
two.1.2) Main CPV code
- 18222000 - Corporate clothing
two.1.3) Type of contract
Supplies
two.1.4) Short description
Provision of Staff Uniform for the SCTS.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
This contract is for the provision of staff uniform for the SCTS.
Due to an investment previously made in staff uniform, the SCTS have made the decision to retain the Clubbclass Everyone uniform range for a number of the core uniform clothing items.
two.2.5) Award criteria
Quality criterion - Name: Methodology / Weighting: 30%
Quality criterion - Name: Samples / Weighting: 20%
Quality criterion - Name: Contract Implementation and Exit Strategy / Weighting: 20%
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 10%
Quality criterion - Name: Ethics, Sustainability and Community Benefits / Weighting: 10%
Quality criterion - Name: Staffing and Capability / Weighting: 5%
Quality criterion - Name: Fair Work First / Weighting: 5%
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend the contract by 2 x 1 year periods.
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
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). Alternatively the bidder must have a documented policy regarding quality management.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum “general” yearly turnover of 1,000,000 GBP for the last 3 years.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 1,000,000 GBP
Product Liability Insurance = 1,000,000 GBP
The SCTS will use Experian to check the financial stability / risks associated with a Tenderer, and require that they have at least a score of 51 out of 100 ‘Below Average Risk’. Failing that, the Authority will use reasonable measures to ensure that appointing the Tenderer does not provide an elevated risk in terms of their financial stability and will request such information as may be reasonable necessary to ascertain that.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity:
The bidder must confirm that they will provide certificates of authenticity where required.
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: 2019/S 168-410349
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 October 2021
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
15 October 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Approximately 6 months prior to contract expiry.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 41284. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
The Scottish Courts and Tribunals Service is committed to contributing to the social, economic & environmental well-being of the people of Scotland. The Scottish Ministers have a range of national outcomes that underpin its core purpose: To focus on creating a more successful country, with opportunities for all of Scotland to flourish, through sustainable and inclusive economic growth.
Accordingly, there is a requirement to demonstrate commitment to these objectives in the form of a Community Benefits Proposal, which will be performed on a cost –neutral basis.
Proposals must compliment the main purpose of the Contract and be proportionate to the contract value.
Community benefits are measures which address challenges faced by this community to improve the economic, social or environmental wellbeing in a way that enriches the affected community therefore contributing to Scotland’s National Outcomes. For example:
- We grow up loved, safe and respected so that we realise our full potential
- We live in communities that are inclusive, empowered, resilient and safe
- We are well educated, skilled and able to contribute to society
- We respect, protect and fulfil human rights and live free from discrimination
- We tackle poverty by sharing opportunities, wealth and power more equally
Examples of Community Benefit categories could be:
- Targeted employment support, recruitment and work-related training for priority groups within the community (for example long-term unemployed and young people) as part of your proposed workforce for this project;
- Support for existing Charity and Third Sector Organisations that deliver benefits to the communities
- Use of SMEs or supported businesses as part of your supply chain
- Up-skilling the existing workforce;
- Equality and diversity initiatives;
- Educational support initiatives.
Note: This list is not exhaustive.
(SC Ref:667375)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom