Award

Linens and Fabrics

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

06 Oct 2021 at 15:44

Tender

04 Jun 2021 at 15:05

Summary of the contracting process

Glasgow City Council is currently in the active tender stage for the procurement of Linens and Fabrics. The contracts include the supply, delivery, and installation of items such as curtains, blinds, and bedding, primarily for council care homes and homelessness units within Glasgow, UK. The tender has an estimated value of £1,393,000 and is being conducted through an open procurement method. Key dates include the bid submission deadline on 5th July 2021, with the subsequent opening also occurring on that day. Interested suppliers must comply with various standards, including health and safety certifications.

This procurement process presents substantial opportunities for businesses specialising in textile manufacturing, supply, and installation services, particularly those with experience in delivering solutions for public sector clients. Companies that can demonstrate adherence to British Standards regarding flame retardancy and have robust systems for prompt payment and quality assurance are well-positioned to compete. Additionally, the emphasis on community benefits suggests that businesses that can deliver social value may enhance their proposal's attractiveness.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Linens and Fabrics

Notice 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.

Lot Information

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

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. 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

Renewal: There is an option to extend this contract for up to 12 months.

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

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. 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

Renewal: There will be an option to extend the contract for up to 12 months.

Name Labels for clothing, bedding and soft furnishings

Supply and Delivery of Name Labels for clothing, bedding and soft furnishings for Care home residents. 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

Renewal: There will be an option to extend this contract for up to 12 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b8a1
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024944-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

19 - Leather and textile fabrics, plastic and rubber materials

30 - Office and computing machinery, equipment and supplies except furniture and software packages


CPV Codes

19200000 - Textile fabrics and related items

19230000 - Linen fabrics

30199760 - Labels

Notice Value(s)

Tender Value
£1,393,000 £1M-£10M
Lots Value
£1,393,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£1,348,000 £1M-£10M

Notice Dates

Publication Date
6 Oct 20214 years ago
Submission Deadline
5 Jul 2021Expired
Future Notice Date
Not specified
Award Date
7 Sep 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
May/June 2025

Notice Status

Tender Status
Complete
Lots Status
Active, Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Fiona McInnes
Contact Email
fiona.mcinnes@glasgow.gov.uk
Contact Phone
+44 1412876442

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Supplier Information

Number of Suppliers
2
Supplier Names

GAILARDE

MUIRGROUP INTERIORS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02b8a1-2021-10-06T16:44:02+01:00",
    "date": "2021-10-06T16:44:02+01:00",
    "ocid": "ocds-h6vhtk-02b8a1",
    "description": "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)",
    "initiationType": "tender",
    "tender": {
        "id": "GCC005272CPU",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Linens and Fabrics",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "19230000",
            "description": "Linen fabrics"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "value": {
            "amount": 1393000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Curtains, Blinds, Bedding, Decorative Accessories to include manufacture, supply, delivery, installation of the goods.",
                "description": "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. 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",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Delivery",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Contract Management Methodology 1",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Contract Management Methodology 2",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Contract Management Methodology 3",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Contract Management Methodology 4",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Contract Management Methodology 5",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Warranty",
                            "type": "quality",
                            "description": "2.5"
                        },
                        {
                            "name": "Sustainability",
                            "type": "quality",
                            "description": "2.5"
                        },
                        {
                            "name": "Fair Work Practices",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "value": {
                    "amount": 648000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is an option to extend this contract for up to 12 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "Towels, Bedding Accessories, Table Linen, Miscellaneous items (including Shower Curtains) and to include supply and delivery of goods",
                "description": "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. 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",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Delivery",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Contract Management Methodology 1",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Contract Management Methodology 2",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Contract Management Methodology 3",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Contract Management Methodology 4",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Contract Management Methodology 5",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Warranty",
                            "type": "quality",
                            "description": "2.5"
                        },
                        {
                            "name": "Sustainability",
                            "type": "quality",
                            "description": "2.5"
                        },
                        {
                            "name": "Fair Work Practices",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "value": {
                    "amount": 700000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be an option to extend the contract for up to 12 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "Name Labels for clothing, bedding and soft furnishings",
                "description": "Supply and Delivery of Name Labels for clothing, bedding and soft furnishings for Care home residents. 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",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Delivery",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Contract Management Methodology 1",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Contract Management Methodology 2",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Contract Management Methodology 3",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Contract Management Methodology 4",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Durability",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Sustainability",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Fair Work Practices",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "value": {
                    "amount": 45000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be an option to extend this contract for up to 12 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "19200000",
                        "description": "Textile fabrics and related items"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "19200000",
                        "description": "Textile fabrics and related items"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30199760",
                        "description": "Labels"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Not Applicable",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Financial Check In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted:- Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects trading performance, balance sheet strength and current liquidity Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House. 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 potential negative financial consequences of the pandemic on company finances, Glasgow City Council 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, Glasgow City Council 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. Glasgow City Council 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. Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their two (2) most recent sets of annual audited accounts including profit and loss information. The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. Applicants who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
                    "minimum": "Glasgow City Council's Insurance Requirements are: -Employer's Liability The organisation/consultant shall take out and maintain throughout the period of the Framework Employer's Liability insurance to the value of at least TEN MILLION (10,000,000GBP) 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 the Framework Public Liability insurance to the value of at least FIVE MILLION (5,000,000GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Products Insurance The organisation/consultant shall take out and maintain throughout the period of the Framework Products Liability insurance to the value of at least FIVE MILLION (5,000,000GBP) 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 the Framework, at least statutory Motor insurance cover as per the Road Traffic Act 1988 The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained. The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. Applicants who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please provide relevant examples of goods and services carried out in the past seven years as specified in the Contract Notice. SPD Statement Please note that you are required to provide 2 examples of a similar size or value within the last SEVEN years, from either the public or private sector where you have provided Linens and Fabrics Supply, Delivery and Installation of goods and services as described within the Contract Notice. Relevant examples should indicate project value, brief description and contact details. Relevant examples should also demonstrate the experience that your company, and the skills and experience of the proposed team, have on projects of a similar scale and nature to that described for the Linens and Fabrics, required for identifying what experience this will bring. Your response should address as a minimum, but is not limited to the following areas- -Challenges for delivery on time and within project budget -Stakeholder engagement -Project management (including risks and mitigating actions) -Interfacing works with other contractors Response to this question should not exceed 2 x A4 pages, Arial Font 11 per example excluding photographs (figures and diagrams may be used to accompany text but should be restricted to one per page). 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 80 out of 100 is required overall for this question. Any Bidder who fails to achieve the minimum score for this question will be excluded at this stage.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Performance Management KPIs Timescales 1. Implementation Plan/project timescales Goods to be delivered within the specified timelines stated in section 4.6.2 Technical Specification: Between 95% - 99% 2. Compliance with complaints procedures The number and nature of complaints received must meet with the agreed terms: Between 95% - 99% 3. Accuracy of invoices Any prices submitted on invoices must meet with the agreed terms: Between 95% - 99% 4. Non - conformances in relation to service provided which does not meet original specification. Any warranty, cleaning or repair must meet with the agreed terms: Between 95% - 99%",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 9
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-07-05T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2021-07-05T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-07-05T12:00:00+01:00",
            "address": {
                "streetAddress": "UK, Glasgow"
            }
        },
        "hasRecurrence": true,
        "reviewDetails": "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",
        "recurrence": {
            "description": "May/June 2025"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-203",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Fiona McInnes",
                "telephone": "+44 1412876442",
                "email": "fiona.mcinnes@glasgow.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1043",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO Box 23 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "GB-FTS-28207",
            "name": "Muirgroup Interiors Ltd",
            "identifier": {
                "legalName": "Muirgroup Interiors Ltd"
            },
            "address": {
                "streetAddress": "2 Muriel Street, , Barrhead",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G78 1QB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1418808844",
                "email": "lorraine@muirgroupinteriors.co.uk",
                "faxNumber": "+44 1418812962"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-30812",
            "name": "GAILARDE LTD",
            "identifier": {
                "legalName": "GAILARDE LTD"
            },
            "address": {
                "streetAddress": "UNIT 2 ELSTREE DISTRIBUTION PARK , ELSTREE WAY",
                "locality": "BOREHAMWOOD",
                "region": "UKH23",
                "postalCode": "WD6 1RU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2089052776",
                "faxNumber": "+44 2082071330"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-203",
        "name": "Glasgow City Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "024944-2021-1",
            "relatedLots": [
                "1"
            ],
            "title": "Curtains, Blinds, Bedding, Decorative Accessories to include manufacture, supply, delivery, installation of the goods.",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-28207",
                    "name": "Muirgroup Interiors Ltd"
                }
            ]
        },
        {
            "id": "024944-2021-2",
            "relatedLots": [
                "2"
            ],
            "title": "Towels, Bedding Accessories, Table Linen, Miscellaneous items (including Shower Curtains) and to include supply and delivery of goods",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-30812",
                    "name": "GAILARDE LTD"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "024944-2021-1",
            "awardID": "024944-2021-1",
            "title": "Curtains, Blinds, Bedding, Decorative Accessories to include manufacture, supply, delivery, installation of the goods.",
            "status": "active",
            "value": {
                "amount": 648000,
                "currency": "GBP"
            },
            "dateSigned": "2021-09-08T00:00:00+01:00"
        },
        {
            "id": "024944-2021-2",
            "awardID": "024944-2021-2",
            "title": "Towels, Bedding Accessories, Table Linen, Miscellaneous items (including Shower Curtains) and to include supply and delivery of goods",
            "status": "active",
            "value": {
                "amount": 700000,
                "currency": "GBP"
            },
            "dateSigned": "2021-09-08T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "2",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 1
            }
        ]
    }
}