Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
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
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of Track Hoist Systems
Reference number
GCC006386CPU
two.1.2) Main CPV code
- 42416300 - Hoists
two.1.3) Type of contract
Supplies
two.1.4) Short description
The council invites tender bids for the provision of track hoist systems including the supply, delivery, installation, removal, storage, recondition, servicing and repair.
This tender will support the delivery of the managed service provided by the council for track hoist systems to the following geographical areas: -
Glasgow City Council, East Dunbartonshire Council, West Dunbartonshire Council, South Lanarkshire Council, Renfrewshire Council, East Renfrewshire Council, Council, Stirling Council, Falkirk Council, Clackmannanshire Council, and NHS Greater Glasgow and Clyde.
The council are continuing to develop the track hoist systems managed service and reserve the right to add additional geographical areas through the lifetime of the contract.
As part of this service there is a requirement for the storage and reconditioning of equipment which has been removed in readiness for re-installation to a new location.
The successful supplier will require to access the store service asset register system ELMS2 via the supplier specific login details provided by the store service asset management team.
ELMS2 is a modular software solution that supports the efficient management of community equipment services and currently being utilised by the store service management team in relation to storing of service and repair data including location history of all the equipment relating to this contract
two.1.5) Estimated total value
Value excluding VAT: £1,932,177
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50800000 - Miscellaneous repair and maintenance services
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The council is seeking to appoint a single supplier to support the councils managed service and to undertake the supply, delivery, installation, removal, storage, recondition, repair, servicing for Track hoist Systems and Slings.
The successful supplier will require to cover the following geographical areas:
Glasgow City Council, East Dunbartonshire Council, West Dunbartonshire Council, South Lanarkshire Council, Renfrewshire Council, East Renfrewshire Council, Council, Stirling Council, Falkirk Council, Clackmannanshire Council, NHS Greater Glasgow and Clyde.
As part of this service there is a requirement for the storage and reconditioning of equipment which has been removed in readiness for re-installation to a new location.
The successful supplier will require to access the store service asset register system ELMS2 via the supplier specific login details provided by the store service asset management team.
ELMS2 is a modular software solution that supports the efficient management of community equipment services and currently being utilised by the store service management team in relation to storing of service and repair data including location history of all the equipment relating to this contract
two.2.5) Award criteria
Quality criterion - Name: Contract Delivery / Weighting: 38
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Reporting and Invoicing / Weighting: 3
Quality criterion - Name: Training and Product Demonstration / Weighting: 2
Quality criterion - Name: Innovation / Weighting: 3
Quality criterion - Name: Sustainability / Weighting: 4
Quality criterion - Name: Fair Work Practices / Weighting: 5
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
6 November 2025
End date
5 November 2032
This contract is subject to renewal
Yes
Description of renewals
option to extend up to additional 2 years
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
two.2.14) 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.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Non-Applicable
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Track hoist system urgent quotations - Performance requirement. Track hoist system standard quotations- Performance Requirement 98 percent
Track hoist system installation - Performance Requirement 98 percent
Urgent track hoist system removal- Performance Requirement 98 percent
Standard track hoist system removal- Performance Requirement 98 percent
Urgent track hoist system reactive repairs - Performance Requirement 98 percent
Non- urgent track hoist system reactive repairs - Performance Requirement 98 percent
Minor defects repair - Performance Requirement - 98 percent
Servicing - Performance Required - 98 percent
Invoicing - Performance Required - 98 percent
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-017447
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 June 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: 17 October 2025
four.2.7) Conditions for opening of tenders
Date
19 June 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: The contract duration is for 5 years with an option to extend for a further period up to 24 month.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Bidders must hold certificates for Quality Assurance, Health and Safety and Environmental Management Standards or comply with all questions noted in SPD Section 4D.
Health & Safety - bidders 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. Tenderers 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 Technical Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information).
Tenderers Amendments - bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained within the Technical Envelope within PCS Tender portal.
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. Tenderers will be required to complete the prompt payment certificate contained in the Technical Envelope within PCS Tender portal.
Non-Collusion - Tenderers will be required to complete the Non-Collusion certificate contained in the Technical Envelope within the PCS Tender portal.
Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the Technical Envelope 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 suppliers at any point during the contract period.
Terms and Conditions are located within the buyers attachments area within the PCS Tender portal.
Additional information pertaining to this contract notice is contained within the Invitation to Tender documentation, situated within the buyers attachments area of PCS-T. Tenderers must ensure they read these documents in line with this contract notice.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29016. 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:
Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 540
(SC Ref:799164)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court & Justice of the Peace Court
PO BOX 23, 1 Carlton Place
Glasgow
G5 9DA
Telephone
+44 1414298888
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.