- Scope of the procurement
- Lot 2. Supply of Moving and Handling Equipment
- Lot 3. Supply of Beds and Bed Accessories
- Lot 4. Supply of Mattresses and Pressure Care Equipment
- Lot 5. Supply of Walking Aids
- Lot 6. Supply of Seating and Accessories
- Lot 7. Supply of Bathing and Showering Equipment
- Lot 8. Supply of Bariatric Equipment
- Lot 9. Supply of Daily Living Aids
- Lot 10. Supply of Paediatric Equipment
- Lot 11. Supply of Suction Machines
- Lot 12. Supply only and/or Supply and Installation of Sensory Impairment Equipment
- Lot 13. Supply of Wheelchairs
- Lot 14. Supply only and/or Supply and Installation of Evacuation Chairs
- Lot 17. Supply only and/or Supply and Installation of Wheelchair and Mobility Ramps
- Lot 1. Supply of Hoists and Slings
- Lot 15. Supply only and/or Supply and Installation of Toileting Systems
- Lot 16. Repair and Maintenance of Community Equipment
- Lot 18. Thorough Examinations of Community Equipment
Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
Contact
Kenny Nimmo
Telephone
+44 1412876860
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
Dynamic Purchasing System for the Supply, Installation and Repair and Maintenance of Community Equipment
Reference number
GCC005127CPU
two.1.2) Main CPV code
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Dynamic Purchasing System for the Supply, Installation, Repair and Maintenance of Community Equipment. The DPS will be in place for 7 years. Glasgow City Council will have the option to extend for an additional three periods of 12 months, this will be exercised by the council serving notice on the successful applicants in accordance with the councils Terms and Conditions .
This DPS will consist of the following categories:
Category 1 - Supply of Hoists and Slings
Category 2 - Supply of Moving and Handling Equipment
Category 3 - Supply of Beds and Bed Accessories
Category 4 - The Supply of Mattresses and Pressure Care Equipment
Category 5 - Supply of Walking Aids
Category 6 - Supply of Seating and Accessories
Category 7 - Supply of Bathing and Showering Equipment
Category 8 - Supply of Bariatric Equipment
Category 9 - Supply of Daily Living Aids
Category 10 - Supply of Paediatric Equipment
Category 11 - Supply of Suction Machines
Category 12 - Supply only and/or Supply and Installation of Sensory Impairment Equipment
Category 13 - Supply of Wheelchairs
Category 14 - Supply and Installation of Evacuation Chairs
Category 15 - Supply and Installation of Toileting Systems
Category 16 - Repair and Maintenance of Community Equipment
Category 17 - Supply and Installation of Wheelchair and Mobility Ramps
Category 18 - Thorough Examinations of Community Equipment
two.1.5) Estimated total value
Value excluding VAT: £56,000,000
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
Supply of Moving and Handling Equipment
Lot No
2
two.2.2) Additional CPV code(s)
- 75200000 - Provision of services to the community
- 98000000 - Other community, social and personal services
- 85323000 - Community health services
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 33196000 - Medical aids
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Equipment to aid the moving and handling of people with varying needs and mobility requirements within a variety of settings.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply of Beds and Bed Accessories
Lot No
3
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 75200000 - Provision of services to the community
- 98000000 - Other community, social and personal services
- 85323000 - Community health services
- 33192120 - Hospital beds
- 33192130 - Motorised beds
- 33192150 - Therapy beds
- 33192110 - Orthopaedic beds
- 33192100 - Beds for medical use
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Specialist and non specialist beds for people with various needs and reduced mobility. Equipment can include but not limited to Adjustable and profiling beds.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply of Mattresses and Pressure Care Equipment
Lot No
4
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 39522510 - Pneumatic mattresses
- 39143112 - Mattresses
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Specialist and non specialist mattresses suitable for various bed sizes and types. Equipment in this category is to also include various pressure relief equipment suitable for all categories of pressure sores.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply of Walking Aids
Lot No
5
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 33141720 - Walking aids
- 39295400 - Walking sticks
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Equipment to aid and assist people with varying needs and mobility requirements to move around both in and outwith the home environment.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply of Seating and Accessories
Lot No
6
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 39111000 - Seats
- 39110000 - Seats, chairs and related products, and associated parts
- 39113000 - Miscellaneous seats and chairs
- 39112000 - Chairs
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Specialist and non specialist seating solutions including compatible accessories.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply of Bathing and Showering Equipment
Lot No
7
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 42416110 - Bath lifts
- 44410000 - Articles for the bathroom and kitchen
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Equipment to aid and assist people with various levels of mobility needs in all aspects of bathing and showering.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply of Bariatric Equipment
Lot No
8
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
A variety of specialist and non specialist equipment to aid and assist bariatric patients
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply of Daily Living Aids
Lot No
9
two.2.2) Additional CPV code(s)
- 24111500 - Medical gases
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Equipment to aid and assist people with various mobility and function needs with general daily living tasks and activities within various settings
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply of Paediatric Equipment
Lot No
10
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 85121291 - Paediatric services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Specialist and non specialist equipment to aid and assist children with varying needs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply of Suction Machines
Lot No
11
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Equipment to aid and assist people with various respiratory needs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply only and/or Supply and Installation of Sensory Impairment Equipment
Lot No
12
two.2.2) Additional CPV code(s)
- 33662000 - Medicinal products for sensory organs
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 75200000 - Provision of services to the community
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Various equipment to aid and assist people with sensory impairment needs.
Items may be procured via a supply only contract or in some cases it may be specified that there is a requirement for supply and installation, this will be detailed in any subsequent tender exercises under this category.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply of Wheelchairs
Lot No
13
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 33193000 - Invalid carriages, wheelchairs and associated devices
- 33193100 - Invalid carriages and wheelchairs
- 33193120 - Wheelchairs
- 33193121 - Motorised wheelchairs
- 33193200 - Parts and accessories for invalid carriages and wheelchairs
- 33193220 - Parts and accessories for wheelchairs
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Motorised and non motorised wheeled chairs and other devices to aid and assist people with varying mobility requirements.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply only and/or Supply and Installation of Evacuation Chairs
Lot No
14
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 39113000 - Miscellaneous seats and chairs
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Supply and Installation of Equipment to aid and assist the evacuation of people with various mobility and functional needs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply only and/or Supply and Installation of Wheelchair and Mobility Ramps
Lot No
17
two.2.2) Additional CPV code(s)
- 33193200 - Parts and accessories for invalid carriages and wheelchairs
- 33193220 - Parts and accessories for wheelchairs
- 34953000 - Access ramps
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Supply and Installation of Specialist and Non – Specialist Wheelchair and Mobility Ramps of Various Sizes and Functions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply of Hoists and Slings
Lot No
1
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 85323000 - Community health services
- 75200000 - Provision of services to the community
- 98000000 - Other community, social and personal services
- 42416300 - Hoists
- 39541220 - Slings
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Hoists and slings to assist with the lifting and handling of people with various needs and mobility requirements
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Supply only and/or Supply and Installation of Toileting Systems
Lot No
15
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 44410000 - Articles for the bathroom and kitchen
- 45211310 - Bathrooms construction work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Automatic toileting systems with a range of functions to aid and assist people with various mobility and functional needs.
Equipment may include but not limited to the following:
- Automatic WC with integral was and warm air blow dry functions
- Electronic toilet seat with integrated bidet and dryer mechanism
- Installation of toileting systems
- Repairs of toileting systems
- Servicing of toileting systems
The equipment will be will be located in the following establishments including but not limited to:
- Homes for Life
- Independent Living in the Community
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Repair and Maintenance of Community Equipment
Lot No
16
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50800000 - Miscellaneous repair and maintenance services
- 75200000 - Provision of services to the community
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
This may include but not limited to:
- Repairs
- Servicing
- Refurbishment
- Removal
The equipment will be will be located in the following establishments including but not limited to:
- Homes For Life
- Educational Establishments
- Independent Living in the Community
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Thorough Examinations of Community Equipment
Lot No
18
two.2.2) Additional CPV code(s)
- 33192600 - Lifting equipment for health care sector
- 42400000 - Lifting and handling equipment and parts
- 42410000 - Lifting and handling equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Thorough Examinations under the HSE requirements of Lifting Operations Regulations 1998 (LOLER) and Provision and Use of Work Equipment Regulations 1998 (PUWER)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term for the DPS is 84 months. Further to this the council reserves the right to extend for a further 3 periods of 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
N/A
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, balance sheet strength and current liquidity. Financial requirements for trading performance and balance sheet strength should be calculated on latest filed 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.
If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with.
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.
Due to the potential negative financial consequences of the pandemic on company finances, Glasgow City Council 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. If the pandemic has had an adverse affect on the latest set of accounts filed with Companies House, Glasgow City Council will take that into account in determining financial suitability for the contract.
The above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the above financial requirements.
Glasgow City Council 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
Applicants who are subsequently appointed to the DPS shall, during the lifetime of the DPS, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. The Council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract following a tender should the Applicant no longer meet the requirements set out in this SPD.
Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage
Minimum level(s) of standards possibly required
All contractors are required to complete SPD questions 4B.5 based on the following criteria:
All insurance figures are reviewable by the Council for each project being tendered. The Council will make the final decision on the level required for each project. There may be an option to require a lower level of insurance cover depending on the risk involved. All changes to the standard insurance requirements listed below will be approved in advance by the Council’s Financial Services (Insurance Section).
Where changes occur, the specific insurance requirements for the project will be outlined within tender documentation, however at this time the Council's standard insurance requirements are outlined as follows as they are expected to be the minimum requirement.
Employer’s Liability
The organisation shall take out and maintain throughout the period of their services Employer’s Liability insurance to the value of at least TEN MILLION (GBP 10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period.
Public Liability
The organisation shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period.
Products Liability
The organisation shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate.
Motor Insurance
The organisation shall take out and maintain throughout the period of their services at least statutory Motor insurance cover as per the Road Traffic Act 1988.
The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states. No organisation may sub-let or sub-contracts any part of the commission unless the sub-contractor is similarly insured, except with the Council’s express permission in writing. It is the express responsibility of the lead organisation to ensure this is the case.
Should the Bidder not have the specified insurances at the time of expressing an interest then, the Bidder must certify in their response to this SPD that the specified insurance will be obtained prior to contract award, should they be invited to tender.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the goods and service as
described in part II2.4 of the Contract Notice and further detailed within the Invitation to Tender document.
Minimum level(s) of standards required:
Please provide two examples that demonstrate your business and or relied upon sub-contractor (if applicable) experience in delivering similar
services. (Examples from both public and or private sector customers and clients may be provided).
Your example MUST be from the last three years and provide detailed information on the following areas included but not limited to:-
Detailed description of the services delivered which will be applicable to the specific Category.
Contract value, date and duration of service.
Responses should not exceed 4 x A4 sided of paper for each example and should be submitted in Ariel font 11. Where a submission
exceeds the maximum number of sides of A4 paper requested, no account will be taken of the content of the contents beyond the maximum.
The weighting will be 50% for each example, with 100% attributed to the two examples required for this contract.
Minimum level(s) of standards possibly required
Minimum Pass Mark - a minimum combination pass mark of 60% out of 100% is required in total for this section. Any bidder who fails to
achieve the minimum score for this question will be excluded at this stage.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
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
6 December 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 January 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
SPD Questions 4D.1,4D.1.1,4D.1.2 4D2,4D.2.1 and 4D.2.2; Bidders must hold the certificates for Quality Assurance, Health and Safety, Environmental Management Standards or comply with all the questions noted in SPD Section 4D.
Please refer to SPD Council Statements, uploaded into the buyer’s attachment area on PCS-T.
Health & Safety – Please complete H&S Questionnaire for categories 12,14-18. Bidders must complete the vetting form as part of their submission response. The Questionnaire will be evaluated pass/fail.
Freedom of Information (Scotland) Act (FOISA)–Information on FOISA is contained in Appendix A of the ITP. Bidders note the implications of the legislations and ensure any information they wish the council to consider withholding is specifically indicated on the certificate contained
within the Technical response envelope within the PCS-T portal (The council does not bind itself to withholding this information).
Tenders Amendments Certificate – Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer in the Tenders Amendment Certificate contained within the Technical response envelope within the PCS-T portal.
Prompt Payment Certificate – The successful participant shall as a condition of being admitted to the DPS will be required to demonstrate to the council’s satisfaction that all funds due to the participants permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by sub-contractors shall (unless formally disputed by the bidder) be paid within 30 days of receipt.
The successful participants shall impose this condition on it sub-contractors in respect of payments due to any sub-contractors, if any.
Bidders are required to complete the Non Collusion Certificate contained in Technical response envelope in PCS-T portal.
All participants will be required to sign an Insurance Mandate in Technical response envelope within PCS-T portal. If it is not signed and returned the Council reserve the right to request copies of Certificates from participants at any point during the DPS period.
Terms and conditions are located within the buyer’s attachment area with PCS-T portal.
Additional information pertaining to this contract notice is contained in the ITP and SPD Council Statements document.
Glasgow City Council is a contracting authority for the purposes of this DPS, and is providing access to other contracting authorities as per the following link https://www.glasgow.gov.uk/index.aspx?articleid=27677 to conclude their own public contracts.
The DPS value is an estimate only, actual values will be to such level which purchasers consider necessary to provide suitable requirements. Demand for community equipment and services is driven by various factors, some of which are unforeseen e.g. Covid-19, therefore making any future value estimation unpredictable.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 19011. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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 will be sought as part of each tender conducted via the DPS. As above community benefits may be specified as mandatory, evaluated or voluntary as part of each tender depending on the value and specification.
(SC Ref:667580)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
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.