Opportunity

Dynamic Purchasing System for the Supply, Installation and Repair and Maintenance of Community Equipment

  • Glasgow City Council

F02: Contract notice

Notice reference: 2021/S 000-027735

Published 4 November 2021, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Contact

Kenny Nimmo

Email

kenneth.nimmo@glasgow.gov.uk

Telephone

+44 1412876860

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

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

Email

glasgow@scotcourts.gov.uk

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.