Supplies - 47331-2017

08/02/2017    S27

United Kingdom-Hamilton: Corporate clothing

2017/S 027-047331

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: South Lanarkshire Council
Postal address: Council Headquarters, Almada Street
Town: Hamilton
NUTS code: UKM38 South Lanarkshire
Postal code: ML3 0AA
Country: United Kingdom
E-mail: irene.peacock2@southlanarkshire.gov.uk
Telephone: +44 1698454793
Internet address(es):
Main address: http://www.southlanarkshire.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
I.1)Name and addresses
Official name: South Lanarkshire Leisure and Culture Limited
Postal address: Floor 1, North Stand, Cadzow Avenue
Town: Hamilton
NUTS code: UKM38 South Lanarkshire
Postal code: ML3 0LX
Country: United Kingdom
E-mail: customer.services@southlanarkshireleisure.co.uk
Telephone: +44 1698476262
Fax: +44 1698476198
Internet address(es):
Main address: www.slleisureandculture.co.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA24203
I.2)Information about joint procurement
The contract involves joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
Other activity: corporate clothing

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Supply and Delivery of Corporate Clothing.

Reference number: SLC/PS/FINCOR/16/073
II.1.2)Main CPV code
18222000 Corporate clothing
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Supply and Delivery of Corporate Clothing for South Lanarkshire Council and South Lanarkshire Leisure and Culture Ltd.

II.1.5)Estimated total value
Value excluding VAT: 371 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: UKM38 South Lanarkshire
II.2.4)Description of the procurement:

Supply and Delivery of Corporate Clothing for South Lanarkshire Council and South Lanarkshire Leisure and Culture Ltd.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 371 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 80
This contract is subject to renewal: yes
Description of renewals:

Will be reviewed after 5 years after the initial term to determine whether the 2 year optional extension will be granted.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
II.2.14)Additional information

The contract that will be awarded from this tender will be for a period of 5 years with the option to extend for up to 2 years after the expiry of the initial term subject to satisfactory performance and available funding.

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:

ESPD Question 4A.1 Trade Registers.

It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Council's satisfaction that they are trading from the address provided in the tender and under the company name given.

If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

ESPD Question 4B.4 Economic and Financial Standing.

The Council will use the following ratios to evaluate a bidder's financial status. Bidders must confirm within their response to the relevant question within the Qualification Envelope that as a minimum, 2 out of the 3 ratios can be met and what the value of each ratio is.

The 3 ratios to be evaluated are:

Profitability — this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;

Liquidity — this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio

Gearing — this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100 % it is considered a pass for this ratio.

Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria. This list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:

Would the bidder have passed the checks if prior year accounts had been used?

Were any of the poor appraisal outcomes ‘marginal’?

Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?

Does the bidder have sufficient reserves to sustain losses for a number of years?

Does the bidder have a healthy cash-flow?

Is the bidder profitable enough to finance the interest on its debt?

Is most of the bidder's debt owed to group companies?

Is the bidder's debt due to be repaid over a number of years, and affordable?

Have the bidder's results been adversely affected by ‘one off costs’ and / or ‘one off accounting treatments’?

Do the bidder's auditors (where applicable) consider it to be a ‘going concern’?

Do Keynote (where applicable) consider the bidder to be a ‘going concern’?

Will the bidder provide a Parent Company Guarantee?

Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?

The Council will request submission of and assess the bidder's financial accounts, and may use Keynote or similar financial verification systems to validate the information provided.

ESPD Question 4B.5 Insurance.

The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover:

Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 1 000 000 GBP in respect of each claim, without limit to the number of claims.

Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5 000 000 GBP in respect of each claim, without limit to the number of claims.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

ESPD Question 4C.1.2 Technical and Professional Ability.

It is a requirement of this tender that the Bidder can demonstrate in their response that they have held contracts of a similar nature, size and value as detailed in the Specification within the last 3 years. A minimum of 3 examples and a maximum of 5 should be provided.

Bidders should also provide details of where they have demonstrated added value, provided innovative solutions, including any lessons learned, from the contracts they have implemented.

The Council reserves the right to verify any information supplied with the relevant Company / Authority.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the 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: 2016/S 231-420545
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 10/03/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 20/03/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

The contract is for 5 years with an optional extension for a further 2 years so the next tender will be issued in approx. October 2023.

VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
VI.3)Additional information:

ESPD Question 4C.7 Environmental Management.

Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:

Details of the environmental impact which will be provided under this contract in terms of manufacturing, recycled content, packaging and transportation.

How they will dispose of packaging during the course of the contract, ensuring that disposal is carried out in an environmentally friendly manner and in accordance with current legislation.

Details of any environmental standards held by their organisation.

Any other environmental measures they propose to use during the course of the contract.

ESPD Question 4C.11 Products.

Bidders who progress to the tender stage of the procurement process will be required to provide within 7 days of the request, one sample of EACH product which meets the minimum requirements of those listed on the Specification (Attachment 3) for product assessment. The sample must be provided free of charge.

Exclusion Criteria.

ESPD Questions 3A — 3C have been identified as mandatory exclusion grounds and ESPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.

Declarations and Certificates.

In a restricted tendering procedure, prior to the issue of invitation to tender, the bidders who are being recommended for issue of tenders will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope.

All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.

ESPD Question 2D.1 Prompt Payment Certificate.

Declaration Section Form of Tender.

ESPD Question 3D.11 Non-Collusion Certificate.

ESPD Question 4B.5.1 Insurance Certificates.

ESPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration.

ESPD Question 3A.6 Modern Slavery Act 2015 Declaration.

In the case of a restricted tendering procedure (where a PQQ is used) this information will be sought by the Council prior to the issue of invitation to tender to the selected bidders.

Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the Qualification Envelope, will invalidate any bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on, and upon verification will award the contract to this bidder instead.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6859. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:481612).

VI.4)Procedures for review
VI.4.1)Review body
Official name: South Lanarkshire Council
Postal address: Council Headquarters, Almada Street
Town: Hamilton
Postal code: ML3 0AA
Country: United Kingdom
Telephone: +44 3031231010
Internet address: http://www.southlanarkshire.gov.uk
VI.5)Date of dispatch of this notice:
06/02/2017