Awarded contract

Linens and Fabrics

  • Glasgow City Council

F03: Contract award notice

Notice reference: 2021/S 000-024944

Published 6 October 2021, 4:44pm



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 1412876442

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

Linens and Fabrics

Reference number

GCC005272CPU

two.1.2) Main CPV code

  • 19230000 - Linen fabrics

two.1.3) Type of contract

Supplies

two.1.4) Short description

Glasgow City Council is seeking suppliers which can satisfy the Council’s requirements and would like to invite Tender bids for the

Supply and Delivery of Linens and Fabrics.

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: £1,348,000

two.2) Description

two.2.1) Title

Towels, Bedding Accessories, Table Linen, Miscellaneous items (including Shower Curtains) and to include supply and delivery of goods

Lot No

2

two.2.2) Additional CPV code(s)

  • 19200000 - Textile fabrics and related items

two.2.3) Place of performance

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

Glasgow

two.2.4) Description of the procurement

The supply and delivery of Towels, Bedding Accessories, Table Linen, Miscellaneous items (including Shower Curtains) predominantly to

council care homes and homelessness units. Some of these items are required to adhere to British Standards Flame Retardancy.

two.2.5) Award criteria

Quality criterion - Name: Delivery / Weighting: 15

Quality criterion - Name: Contract Management Methodology 1 / Weighting: 5

Quality criterion - Name: Contract Management Methodology 2 / Weighting: 5

Quality criterion - Name: Contract Management Methodology 3 / Weighting: 5

Quality criterion - Name: Contract Management Methodology 4 / Weighting: 5

Quality criterion - Name: Contract Management Methodology 5 / Weighting: 5

Quality criterion - Name: Warranty / Weighting: 2.5

Quality criterion - Name: Sustainability / Weighting: 2.5

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

Price - Weighting: 50

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 they 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

Curtains, Blinds, Bedding, Decorative Accessories to include manufacture, supply, delivery, installation of the goods.

Lot No

1

two.2.2) Additional CPV code(s)

  • 19200000 - Textile fabrics and related items

two.2.3) Place of performance

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

Glasgow

two.2.4) Description of the procurement

The manufacture, supply, delivery and installation of Curtains, Blinds, Bedding, Decorative Accessories. predominantly for council care

homes and homelessness units. These items must also adhere to British Standards flame retardancy.

two.2.5) Award criteria

Quality criterion - Name: Delivery / Weighting: 15

Quality criterion - Name: Contract Management Methodology 1 / Weighting: 5

Quality criterion - Name: Contract Management Methodology 2 / Weighting: 5

Quality criterion - Name: Contract Management Methodology 3 / Weighting: 5

Quality criterion - Name: Contract Management Methodology 4 / Weighting: 5

Quality criterion - Name: Contract Management Methodology 5 / Weighting: 5

Quality criterion - Name: Warranty / Weighting: 2.5

Quality criterion - Name: Sustainability / Weighting: 2.5

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

Price - Weighting: 50

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 they 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.1.3) 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: 2021/S 000-012592


Section five. Award of contract

Lot No

1

Title

Curtains, Blinds, Bedding, Decorative Accessories to include manufacture, supply, delivery, installation of the goods.

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 September 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: 2

Number of tenders received by electronic means: 2

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

five.2.3) Name and address of the contractor

Muirgroup Interiors Ltd

2 Muriel Street, , Barrhead

Glasgow

G78 1QB

Email

lorraine@muirgroupinteriors.co.uk

Telephone

+44 1418808844

Fax

+44 1418812962

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
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: £648,000

Total value of the contract/lot: £648,000


Section five. Award of contract

Lot No

2

Title

Towels, Bedding Accessories, Table Linen, Miscellaneous items (including Shower Curtains) and to include supply and delivery of goods

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 September 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

GAILARDE LTD

UNIT 2 ELSTREE DISTRIBUTION PARK , ELSTREE WAY

BOREHAMWOOD

WD6 1RU

Telephone

+44 2089052776

Fax

+44 2082071330

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
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: £700,000

Total value of the contract/lot: £700,000


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’within the Invitation to Tender document.

Health & Safety – applicants must complete and return the H&S questionnaire found in the Buyers Attachments area of the tender portal. 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 Qualification Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information). Applicants will be required to complete the FOI certificate at ITT stage. 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 Qualification Envelope within the PCS 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 Qualification Envelope area within PCS Tender portal. Non – Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Qualification Envelope 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. Applicants must ensure they read in line with this contract notice. Mandatory-Supplier Proposals Community Benefits are required as non-evaluated and a value of 50 points.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18728. 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: Lot 1 and Lot 2 are Mandatory non-evaluated. Supplier Proposals apply at 50 points per lot from the community benefits menu.

(SC Ref:669623)

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

www.glasgow.gov.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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