Opportunity

Framework Agreement for Fitness Equipment Supply, Installation and Business Development Partnership

  • Glasgow Life (Culture & Sport Glasgow)

F02: Contract notice

Notice reference: 2021/S 000-027228

Published 29 October 2021, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow Life (Culture & Sport Glasgow)

38 Albion Street

Glasgow

G1 1LH

Contact

Billy Robertson

Email

Billy.Robertson@glasgowlife.org.uk

Telephone

+44 7741982218

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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

Framework Agreement for Fitness Equipment Supply, Installation and Business Development Partnership

Reference number

CSG005188

two.1.2) Main CPV code

  • 37440000 - Fitness equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Company invites tender bids for the framework for the Provision of the Supply, Delivery and Installation of Fitness Equipment. The contract duration is for 3 years, commencing in March 2022 and ending in March 2025 with the option to extend the contract for a period of up to 12 months.

two.1.5) Estimated total value

Value excluding VAT: £3,100,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Plate Loaded, Free Weights and Lifting Platforms

Lot No

2

two.2.2) Additional CPV code(s)

  • 37442500 - Fitness weights
  • 51121000 - Installation services of fitness equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The Company invites Tender bids for the Supply, Delivery, Installation and Service of Fitness Equipment based on outright purchase for Lot 2. The Company will award Lot 2 to a maximum of 3 suppliers.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Price - Weighting: 55

two.2.6) Estimated value

Value excluding VAT: £200,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

there is also the option to extend the framework agreement for up to 12 months.

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) Description

two.2.1) Title

Cardio, Fixed Strength, Cable Based, and Air Resistance

Lot No

1

two.2.2) Additional CPV code(s)

  • 37440000 - Fitness equipments
  • 51121000 - Installation services of fitness equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The Company invites Tender bids for the Supply, Delivery, Installation and Service of Fitness Equipment based on outright purchase and on a leased basis for Lot 1. Lot 1 has been split into two sub lots, sub lot 1.1 and sub lot 1.2 and is made up of 4 sections, Cardio, Fixed Strength, Cable Based, and Air Resistance. The Company will award sub lot 1.1 and 1.2 to sole Suppliers.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65

Price - Weighting: 35

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There is also the option to extend the framework agreement for up to 12 months.

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) Description

two.2.1) Title

Fitness Accessories & Products

Lot No

4

two.2.2) Additional CPV code(s)

  • 37440000 - Fitness equipments

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The Company invites Tender bids for the Supply, Delivery, Installation and Service of Fitness Equipment based on outright purchase for Lot 4. The Company will award Lot 4 to a maximum of 3 suppliers.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £50,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There is also the option to extend the Framework Agreement for up to 12 months.

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) Description

two.2.1) Title

Functional Training Rigs

Lot No

9

two.2.2) Additional CPV code(s)

  • 37440000 - Fitness equipments
  • 51121000 - Installation services of fitness equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The Company invites Tender bids for the Supply, Delivery, Installation and Service of Fitness Equipment based on outright purchase for Lot 9. The Company will award Lot 9 to a maximum of 3 suppliers.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55

Price - Weighting: 45

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There is also the option to extend the framework agreement for up to 12 months.

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) Description

two.2.1) Title

Digital Technology

Lot No

5

two.2.2) Additional CPV code(s)

  • 37440000 - Fitness equipments

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The Company invites Tender bids for the provision of Digital Technology based on outright purchase for Lot 5. The Company will award Lot 5 to a maximum of 3 suppliers.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £50,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There is also the option to extend the framework agreement for up to 12 months.

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) Description

two.2.1) Title

AV, Audio and Studio Streaming

Lot No

6

two.2.2) Additional CPV code(s)

  • 32321200 - Audio-visual equipment
  • 32321300 - Audio-visual materials
  • 37440000 - Fitness equipments

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The Company invites Tender bids for the Supply, Delivery, Installation and Service of AV, Audio and Studio Streaming Equipment based on outright purchase for Lot 6. The Company will award Lot 6 to a maximum of 3 suppliers.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £50,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There is also the option to extend the framework agreement for up to 12 months.

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) Description

two.2.1) Title

Maintenance and Service of Existing Equipment

Lot No

7

two.2.2) Additional CPV code(s)

  • 37440000 - Fitness equipments
  • 45212290 - Repair and maintenance work in connection with sports facilities

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The Company invites Tender bids for the Maintenance and Service of Existing Fitness Equipment for Lot 7. The Company will award Lot 7 to a maximum of 3 suppliers.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £50,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There is also the option to extend the framework agreement for up to 12 months.

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) Description

two.2.1) Title

Fitness Flooring

Lot No

8

two.2.2) Additional CPV code(s)

  • 45432100 - Floor laying and covering work
  • 45432114 - Wood flooring work
  • 44112210 - Solid flooring
  • 45431100 - Floor-tiling work

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The Company invites Tender bids for the Supply, Delivery, and Installation of Fitness Flooring based on outright purchase for Lot 8. Lot 8 has been split into six sub lots, sub lot 8.1, 8.2, 8.3, 8.4, 8.5, and 8.6. The Company will award sub lots 8.1, 8.2, 8.3, 8.4, 8.5, and 8.6 to a maximum of 2 suppliers per sub lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £50,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There is also the option to extend the framework agreement for up to 12 months.

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) Description

two.2.1) Title

Group Cycling Equipment

Lot No

3

two.2.2) Additional CPV code(s)

  • 37440000 - Fitness equipments
  • 51121000 - Installation services of fitness equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The Company invites Tender bids for the Supply, Delivery, Installation and Service of Fitness Equipment based on outright purchase and on a leased basis for Lot 3. Lot 3 has been split into two sub lots, sub lot 3.1 and sub lot 3.2. The Company will award sub lots 3.1 and 3.2 to sole Suppliers.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £300,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There is also the option to extend the Framework Agreement for up to 12 months.

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

4B Economic & Financial Standing

This section seeks to assess Bidders Economic and Financial Standing as well as the ability to meet The Company’s minimum Insurance requirements as set out below and included within the Contract Notice.

Financial Check

In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted: -

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 Liquidity

There is also a further requirement regarding Current Liquidity, which can be met

by a Letter of Comfort from the bank of the Bidder (see below)

Trading Performance Ratio

An overall positive outcome on pre-tax profits over a 3-year period

Exceptional items can be excluded from calculation

Balance Sheet strength

Net worth of the organisation must be positive at the time of evaluation

Intangibles can be included for purposes of the Total Assets figure.

The above would be expressed in the ratio Total Assets/Total Liabilities

Liquidity Ratios

Current Ratio

Current Assets/Current Liabilities

Leverage Ratio

Long-term Debt/Net Worth

Applicants must achieve a score of 5 and above from a combination of above two

liquidity ratios

Scoring Method

Current Ratio

Range Score

0.00 to 0.80 0

0.81 to 0.90 1

0.91 to 1.00 2

1.01 to 1.10 3

1.11 to 1.20 4

1.21 and above 5

Leverage Ratio

0.01 to 19.99 5

20.00 to 39.99 4

40.00 to 59.99 3

60.00 to 79.99 2

80.00 to 100.00 1

Intangibles can be included for purposes of the Net Worth figure.

The above ratios should be calculated on last set of accounts

filed at Companies House

For non-UK companies, ratios should be calculated

on information contained in the most recent audited accounts.

Applicants must not be the subject of an insolvency process.

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.

Due to the potential negative financial consequences of the pandemic on company finances,

The Company also requires assurance regarding current liquidity of the bidding company

The bidder must provide a Letter of Comfort from its own bank to satisfy the above financial

requirement.

The Company 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.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 20

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

3 December 2021

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: 1 April 2022

four.2.7) Conditions for opening of tenders

Date

3 December 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19968. 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:

The Company seek to encourage Community Benefits.

The Company is committed to maximising Community Benefits from procurement activity. This will be achieved through the inclusion of specific clauses within procurement contracts known as Community Benefits clauses. Community Benefit clauses are requirements which deliver wider benefits in addition to the core purpose of a contract. These clauses can be used to build a range of economic, social or environmental conditions into the delivery of contracts.

Examples of the categories and types of benefits are detailed below

Examples of this could include but not limited to:

1. Provision of equipment / re-conditioned to local community groups /schools

2. Support of local community events

3. Support the Company Customer focussed events and challenges to raise awareness of the benefits provided by Health and Fitness.

4. Support International and National events

5. Providing Careers advice and talks to Young People

Please provide a detailed statement which must include:

a) details of the Community Benefits you will provide as part of this contract;

b) what resource (staff responsible) will you use to ensure successful delivery

c) detailed commitment to the approach, including how you will monitor to track successful delivery of each of the Community Benefits you wish to deliver; and

d) how you will update the Company on progress

(SC Ref:671900)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of Peace Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom