Tender

Inspection & Repair Fall Protection Roof Systems

  • Glasgow Life (Culture & Sport Glasgow)

F02: Contract notice

Notice identifier: 2025/S 000-010326

Procurement identifier (OCID): ocds-h6vhtk-04ef86

Published 20 March 2025, 10:46am



Section one: Contracting authority

one.1) Name and addresses

Glasgow Life (Culture & Sport Glasgow)

38 Albion Street

Glasgow

G1 1LH

Email

jason.starrs@glasgowlife.org.uk

Telephone

+44 1412875923

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgowlife.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publictendersscotland.publiccontractssscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.publiccontractssscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Inspection & Repair Fall Protection Roof Systems

Reference number

CSG006389

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Inspection & Repair Fall Protection Roof Systems

two.1.5) Estimated total value

Value excluding VAT: £264,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Inspection & Repair Fall Protection Roof Systems

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

24 months with the option to extend a further 24-months exercised at 12-month intervals

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

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

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

Companies that are only required to file abbreviated accounts, must submit full sets of accounts

for the last two individual years filed, in order for the three 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 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 Life 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 level(s) of standards possibly required

Insurance Requirements

Employer’s (Compulsory) Liability Insurance - 10mGBP

Public Liability Insurance - 5mGBP

Product Liability Insurance - 5mGBP

Professional Indemnity Insurance - 1mGBP


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

23 April 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 20 August 2025

four.2.7) Conditions for opening of tenders

Date

23 April 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2029

six.3) Additional information

Bidder Guidance.

There is a capped budget figure of 264,000 GBP over the full contract duration excluding VAT. Any submissions over the capped budget figure of 264,000 GBP will not be accepted.

The bidder with the commercial bid furthest away from this figure will receive the highest commercial mark and any other bids will be pro rata’d accordingly in line with the evaluation process.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28618. 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:

Within Technical Award Questions

(SC Ref:792079)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace

1 Carlton Place

Glasgow

G6 9TW

Email

glasgow@scotscourt.gov.uk

Country

United Kingdom