Contract notice
Section I: Contracting
authority
I.1) Name and addresses
City Building (Glasgow) LLP
350 Darnick Street
Glasgow
G21 4BA
UK
Contact person: Keith Smith
Telephone: +44 1412871955
E-mail: keith.smith@citybuildingglasgow.co.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.citybuildingglasgow.co.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11002
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Other: A subsiduary company of 2 public bodies
I.5) Main activity
Other: Maintenance, Construction & Manufacturing
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply and Delivery of Flooring and Associated Items
Reference number: CBG233
II.1.2) Main CPV code
39530000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Supply and Delivery of Flooring and Associated Items
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
39531000
39531200
39531300
39531310
39531400
39532000
39533000
39534000
44112210
45262321
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow
II.2.4) Description of the procurement
City Building (Glasgow) LLP is seeking to tender a single supplier contract for the Supply and Delivery of Floori9ng and Associated Items.
Please note that under the Technical Envelope, 2.1.2 - 2.1.5 there are 4 mandatory pass/fail questions. They are
Community Benefits
Cutting Table
7am Delivery
Urgent Collections
Bidders must commit to the statements in order for CBG to progress your bid any further. It is imperative that bidders are able to achieve these goals. Failure to fully commit to this will disqualify your organisation from advancing in this tender process.
II.2.5) Award criteria
Criteria below:
Quality criterion: Operations
/ Weighting: 10
Quality criterion: Order Processing
/ Weighting: 10
Quality criterion: Account Management
/ Weighting: 5
Quality criterion: Cost Control
/ Weighting: 5
Quality criterion: Risk Mitigation
/ Weighting: 5
Quality criterion: Product Quality
/ Weighting: 5
Quality criterion: Community Benefit
/ Weighting: 0
Quality criterion: Cutting Table
/ Weighting: 0
Quality criterion: 7am Delivery
/ Weighting: 0
Quality criterion: Urgent Orders
/ Weighting: 0
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
24 months at the sole discretion of City Building (Glasgow) LLP
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
N/A
III.1.2) Economic and financial standing
List and brief description of selection criteria:
1. Minimum Annual Turnover
2. Profitability
Minimum level(s) of standards required:
1. A Minimum Annual Turnover of 5 Million GBP over the last full reporting period
2. A total net profitability over the last three full reporting periods
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-035738
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
17/02/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
January 2029
VI.3) Additional information
Please note the value of this contract (5m GBP) is estimated over 4 years. The estimated spend is 1.25m GBP per annum.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28209. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
No element of the contract will be sub-contracted.
This is single-source supply.
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:
CBG is requesting community benefits on a Mandatory basis for this the tender.
CBG has a strong reputation for social values. At CBG where we are “Building a Sustainable Future”, we are providing skills to the workforce of tomorrow and generating true economic and sustainable benefits in our local communities and beyond.
We are committed to:
- Delivering lasting employment opportunities to local people, including those with a disability and/or from minority groups.
- Engaging directly with local community groups, organisations and other agencies to ensure we maximise opportunities to improve local areas and overall well-being.
- Combining commercial success with socially and environmentally responsible practices by giving life changing opportunities to those far removed from the labour market.
Our strong commitment to sustainable development will ensure that we continue to leave positive and lasting legacies for future generations and inspire transformations in local communities.
CBG expects the successful bidder to deliver a range of community benefits meeting CBG’s priorities in partnership with CBG, to maximise the added benefit from the contract.
Community Benefits will be mandatory on a Pass/Fail basis and will therefore not be evaluated as part of the tender evaluation. Community benefits will therefore be a contractual requirement and form part of the awarded contact. The successful bidder will be obliged to deliver their commitments. This element will be monitored continuously throughout the contract life and measured via KPI’s.
Bidders must commit to paying 0.5% of the annual income derived from this contract with CBG to Community Benefits the detail of which to be determined by CBG, acting reasonably, following constructive discussions with the successful bidder.
(SC Ref:787935)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
UK
VI.5) Date of dispatch of this notice
16/01/2025