Notice Information
Notice Title
Supply and Delivery of Outdoor Clothing
Notice Description
The council invites tender bids for the Supply and Delivery of Outdoor Clothing. The main objective for this procurement exercise is to appoint suppliers to provide high quality and robust products whilst delivering a reliable delivery service to the 300 educational establishments within the Glasgow Boundary and Blairvadoch Outdoor Resource Centre. Bidders products must adhere to the specifications as detailed within the tender documents. The estimated value of this framework will range from 200,000 GBP upto 400,000 GBP
Lot Information
Lot 1
Supply and delivery of outdoor clothing to 300 educational establishments within the Glasgow Boundary and Blairvadoch Outdoor Education Centre based in Helensburgh. This equipment will be utilised to provide adequate weather appropriate protection to pupils who are undertaking outdoor learning experiences.
Renewal: The initial contract period will run from 09 November 2020 until 08 November 2022 with 2 extension periods being available of up to 1 year each. The first extension will be reviewed mid 2022. Should the first extension period of up to 12 months be taken up the second extension period of up to 12 months will be reviewed mid 2023.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000625893
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG393442
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract 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
18 - Clothing, footwear, luggage articles and accessories
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
18000000 - Clothing, footwear, luggage articles and accessories
18220000 - Weatherproof clothing
18221000 - Waterproof clothing
35113400 - Protective and safety clothing
Notice Value(s)
- Tender Value
- £400,000 £100K-£500K
- Lots Value
- £400,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Aug 20205 years ago
- Submission Deadline
- 30 Sep 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- This framework is for 24 months with the option to extend for 2 additional periods of up to 12 months each. Therefore it is estimated that the notice for this re-tender will be issued in 2024.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Not specified
- Contact Email
- Not specified
- Contact Phone
- Not specified
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 9EW
- 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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG393442
Supply and Delivery of Outdoor Clothing - The council invites tender bids for the Supply and Delivery of Outdoor Clothing. The main objective for this procurement exercise is to appoint suppliers to provide high quality and robust products whilst delivering a reliable delivery service to the 300 educational establishments within the Glasgow Boundary and Blairvadoch Outdoor Resource Centre. Bidders products must adhere to the specifications as detailed within the tender documents. The estimated value of this framework will range from 200,000 GBP upto 400,000 GBP
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000625893-2020-08-27T00:00:00Z",
"date": "2020-08-27T00:00:00Z",
"ocid": "ocds-r6ebe6-0000625893",
"initiationType": "tender",
"parties": [
{
"id": "org-16",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"locality": "Glasgow",
"postalCode": "G2 9EW"
},
"contactPoint": {
"url": "http://www.spfo.org.uk"
},
"roles": [
"reviewBody",
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-20",
"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"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk",
"url": "http://www.glasgow.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-16"
},
"tender": {
"id": "GCC005049CPU",
"title": "Supply and Delivery of Outdoor Clothing",
"description": "The council invites tender bids for the Supply and Delivery of Outdoor Clothing. The main objective for this procurement exercise is to appoint suppliers to provide high quality and robust products whilst delivering a reliable delivery service to the 300 educational establishments within the Glasgow Boundary and Blairvadoch Outdoor Resource Centre. Bidders products must adhere to the specifications as detailed within the tender documents. The estimated value of this framework will range from 200,000 GBP upto 400,000 GBP",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "18000000",
"scheme": "CPV"
},
{
"id": "18220000",
"scheme": "CPV"
},
{
"id": "18221000",
"scheme": "CPV"
},
{
"id": "35113400",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow, UK"
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 400000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-09-30T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-09-30T12:00:00Z"
},
"documents": [
{
"id": "AUG393442",
"documentType": "contractNotice",
"title": "Supply and Delivery of Outdoor Clothing",
"description": "The council invites tender bids for the Supply and Delivery of Outdoor Clothing. The main objective for this procurement exercise is to appoint suppliers to provide high quality and robust products whilst delivering a reliable delivery service to the 300 educational establishments within the Glasgow Boundary and Blairvadoch Outdoor Resource Centre. Bidders products must adhere to the specifications as detailed within the tender documents. The estimated value of this framework will range from 200,000 GBP upto 400,000 GBP",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG393442",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Supply and delivery of outdoor clothing to 300 educational establishments within the Glasgow Boundary and Blairvadoch Outdoor Education Centre based in Helensburgh. This equipment will be utilised to provide adequate weather appropriate protection to pupils who are undertaking outdoor learning experiences.",
"status": "active",
"value": {
"amount": 400000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Key Personnel",
"description": "7.5%"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract period will run from 09 November 2020 until 08 November 2022 with 2 extension periods being available of up to 1 year each. The first extension will be reviewed mid 2022. Should the first extension period of up to 12 months be taken up the second extension period of up to 12 months will be reviewed mid 2023."
}
}
],
"bidOpening": {
"date": "2020-09-30T12:00:00Z",
"address": {
"streetAddress": "Glasgow"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Key Performance Indicators as detailed within the Terms and Conditions"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As stated in Invitation to Tender"
},
{
"type": "economic",
"description": "FINANCIAL 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 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 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. Glasgow City Council also requires assurance regarding current liquidity of the bidding company. The bidder may provide a Letter of Comfort from its own bank to satisfy the above financial requirement. Glasgow City Council would also be prepared to consider other documentation that provided evidence that the bidder had adequate financial resources to undertake the contract 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",
"minimum": "INSURANCES All insurance figures are reviewable by Glasgow City Council for each project being tendered. Glasgow City Council will make the final decision on the level required for each project. There may be an option to require a lower level of insurance cover depending on the risk involved however all changes to the standard insurance requirements must be approved in advance by Financial Services (Insurance Section). Glasgow City Council's Insurance Requirements are: Bidder shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION (10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period.. Bidder shall take out and maintain, Products Liability insurance to the value of at least FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. Policies should contain an indemnity to principal clause. 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. If the Bidder does not have the specified insurances or not certify an undertaking to do so, this WILL result in the Bidder not being taken to the next stage in the evaluation process Confirmation of Insurances The Bidder is required to confirm that these levels of insurance would be in place should the Bidder be awarded this contract. 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."
},
{
"type": "technical",
"description": "Please refer to Supplier guidance document within the Attachment area of the portal within PCST of which bidders MUST answer all the questions. 4C.1.2 ESPD Please provide 3 relevant examples of supplies carried out during the last three years as specified in the contract notice: (examples from both public and/or private sector) For each example the bidder must complete the template provided and provide the following information but not be limited to: 1.Full scope of the contract to include what supplies are being supplied 2.customer name, 3. contract start date and contract end dates 4.contract value 5.contract description The weighting will be 33.3% for each example with a total of 100% attributed to 3 examples. A minimum pass mark of 60% out of 100% is required in total for this section. Any Bidder who fails to achieve the minimum score for this section will be excluded at this stage."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 4
}
},
"classification": {
"id": "18000000",
"scheme": "CPV"
},
"reviewDetails": "Glasgow City 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. 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 86 of The Public Contract (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 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.",
"hasRecurrence": true,
"recurrence": {
"description": "This framework is for 24 months with the option to extend for 2 additional periods of up to 12 months each. Therefore it is estimated that the notice for this re-tender will be issued in 2024."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Information regarding the European Single Procurement document and contracting authority specific requirements can all be found in Supplier Guidance Document, which is available within the attachment area of Public Contracts Scotland. For ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants should hold the relevant certificates for Quality Control, Environmental Management Services and Health & Safety. If bidders do not hold the relevant certificates, they will be required to respond to supporting questions as detailed in Invitation to Tender document at the Request For Documentation Stage. 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 (NB the council does not bind itself to withhold this information). Tenderers Amendments -- Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. 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 sub-contractors in respect of payments due to any sub-sub-contractors, if any. Non Collusion -- Applicants will be required to complete the Non Collusion certificate. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal 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 attachments area within the PCS Tender portal Additional information pertaining to this contract notice is contained in the Invitation to Tender and ESPD Statements documents situated within the attachments area of PCS-T. Bidders must ensure they read all the attachments available in the suppliers attachment area in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16600. 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: The council is seeking Mandatory Community Benefits, please refer to Invitation to Tender document (SC Ref:625893)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000625893"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}