Tender

GCC006158CPU - The Supply and Delivery of Linens and Fabrics

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

16 May 2025 at 10:58

Summary of the contracting process

Glasgow City Council is the buying organisation overseeing a tender process for the supply and delivery of linens and fabrics. The procurement is categorised under the 'goods' industry, specifically targeting bed linen, curtains, and bedding. This tender is at the 'Tender' procurement stage and follows an open procedure method. Key dates include the tender period ending on 17th June 2025. The procurement is set in the region of UKM82 and includes multiple lots for different linen and fabric types. The framework agreement allows a maximum of nine participants.

This tender represents significant business growth opportunities for companies supplying or delivering textiles like bedding, curtains, and related items. Businesses that have expertise in maintaining high standards in quality control, meeting flame retardancy requirements, and ensuring fair work practices, along with competitive pricing strategies, would be well-suited to compete. Organisations with robust supply chain management capabilities are encouraged to participate, as the contract values for the lots range from £180,000 to £584,000 over a contract period of 1440 days. This procurement process, being part of a framework agreement, guarantees recurring requests until possibly April 2029, potentially providing sustained business growth.

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

GCC006158CPU - The Supply and Delivery of Linens and Fabrics

Notice Description

The Supply and Delivery of Linens and Fabrics

Lot Information

The supply, delivery, installation and repair of curtains and blinds

The supply and installation of curtains and blinds within various establishments and the repair of curtains and blinds including pre-existing fixtures. 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.

The supply and delivery of Source 5 bedding

The supply and delivery of bedding that meets BS 7175:1998 source 5 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.

The supply and delivery of towels and Source 7 bedding

The supply and delivery of bedding that meets BS 7175:1998 source 7 flame retardancy and the supply and delivery of towels. 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0515a9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022157-2025
Current Stage
Tender
All Stages
Tender

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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products


CPV Codes

39143110 - Beds and bedding and specialist soft furnishings

39512000 - Bed linen

39515000 - Curtains, drapes, valances and textile blinds

39515100 - Curtains

39515400 - Blinds

39515410 - Interior blinds

Notice Value(s)

Tender Value
Not specified
Lots Value
£1,196,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 May 20259 months ago
Submission Deadline
17 Jun 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
April 2029

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Kara Gillen
Contact Email
kara.gillen@glasgow.gov.uk
Contact Phone
+44 1412872000

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

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-0515a9-2025-05-16T11:58:05+01:00",
    "date": "2025-05-16T11:58:05+01:00",
    "ocid": "ocds-h6vhtk-0515a9",
    "description": "Re ESPD 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 Participate/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. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29083. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Mandatory community benefits points required as detailed within the ITT document. (SC Ref:797838)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0515a9",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "GCC006158CPU - The Supply and Delivery of Linens and Fabrics",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "39512000",
            "description": "Bed linen"
        },
        "mainProcurementCategory": "goods",
        "description": "The Supply and Delivery of Linens and Fabrics",
        "lots": [
            {
                "id": "1",
                "title": "The supply, delivery, installation and repair of curtains and blinds",
                "description": "The supply and installation of curtains and blinds within various establishments and the repair of curtains and blinds including pre-existing fixtures. 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": "Supply Chain",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Project Management",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "End of Life Disposal",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "value": {
                    "amount": 584000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "The supply and delivery of Source 5 bedding",
                "description": "The supply and delivery of bedding that meets BS 7175:1998 source 5 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": "Supply Chain",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Quality Control",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Service Provision",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "value": {
                    "amount": 432000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "The supply and delivery of towels and Source 7 bedding",
                "description": "The supply and delivery of bedding that meets BS 7175:1998 source 7 flame retardancy and the supply and delivery of towels. 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": "Supply Chain",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Quality Control",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Service Provision",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "value": {
                    "amount": 180000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39515000",
                        "description": "Curtains, drapes, valances and textile blinds"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39515410",
                        "description": "Interior blinds"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39515400",
                        "description": "Blinds"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39515100",
                        "description": "Curtains"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39143110",
                        "description": "Beds and bedding and specialist soft furnishings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39512000",
                        "description": "Bed linen"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39512000",
                        "description": "Bed linen"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39143110",
                        "description": "Beds and bedding and specialist soft furnishings"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "As stated in the ITT document, 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 and balance sheet strength. 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 4 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. Companies that are only required to file abbreviated accounts, must submit full sets of accounts for the last three individual years filed, in order for the four year profitability requirement to be verified. 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 4 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. 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 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. The Council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract following a mini-competition should the Applicant no longer meet the requirements set out in this SPD.",
                    "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 (10,000,000 GBP) 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 (5,000,000 GBP) 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 (5,000,000 GBP) 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",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part III.1.3 of the Contract Notice.",
                    "minimum": "Bidders are asked to provide two relevant examples if they are bidding for lot 1 and two relevant examples if they are bidding for lots 2 and/or 3 of services carried out during the last three years. The weighting will be out of 100% with 50% attributed to each example for Lot 1. The weighting will be out of 100% with 50% attributed to each example for Lots 2 and/or 3. A minimum pass mark of 60% out of 100% is required overall per lot for this question. Any Bidder who fails to achieve the minimum score for this question will be excluded for that lot at this stage.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "1. All timescale specified within the scope must be adhered to throughout the lifetime of the framework. 2. Invoices to be submitted accurately 3. Products to be supplied with no defects or damages",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 9
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-06-17T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2025-06-17T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-06-17T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "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.",
        "recurrence": {
            "description": "April 2029"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-73933",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Kara Gillen",
                "telephone": "+44 1412872000",
                "email": "kara.gillen@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-122613",
            "name": "Glasgow Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court & 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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-73933",
        "name": "Glasgow City Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000797838"
        }
    ],
    "language": "en"
}