Section one: Contracting authority
one.1) Name and addresses
City Building (Glasgow) LLP
350 Darnick Street
Glasgow
G21 4BA
Contact
Keith Smith
keith.smith@citybuildingglasgow.co.uk
Telephone
+44 1412871955
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.citybuildingglasgow.co.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11002
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
www.publictendersscotland.publiccontractsscotland.gov.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
A subsiduary company of 2 public bodies
one.5) Main activity
Other activity
Maintenance, Construction & Manufacturing
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Glasgow Pool Plant Maintenance
Reference number
CBG262
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
City Building requires on behalf of its clients to manage and maintain a range of swimming pools and hydrotherapy pools across the client estate. Within all the swimming pools and hydrotherapy pools City Building is looking to contract with a company who can provide a
reactive and planned maintenance regime in-line with the associated filtration systems that are outlined in the tender documents. These
facilities are important in the cultural landscape of the city and help to provide:-
Improve health and well-being.
Learn important skills.
Family friendly places.
Social interaction.
To this end it is essential that City Building contracts with a provider that can fully demonstrate expertise and excellence in the scope
required. The successful bidder must understand the requirement for business agility and cost control across the service.
The term of the contract will be three years with options to extend by 24 months (1 year plus 1 year)
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
- 50530000 - Repair and maintenance services of machinery
- 50531000 - Repair and maintenance services for non-electrical machinery
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 43324100 - Equipment for swimming pools
- 45259000 - Repair and maintenance of plant
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
City Building requires on behalf of its clients to manage and maintain a range of swimming pools and hydrotherapy pools across the client
estate. Within all the swimming pools and hydrotherapy pools City Building is looking to contract with a company who can provide a
reactive and planned maintenance regime in-line with the associated filtration systems that are outlined in the tender documents. These
facilities are important in the cultural landscape of the city and help to provide:
Improve health and well-being.
Learn important skills.
Family friendly places.
Social interaction.
To this end it is essential that City Building contracts with a provider that can fully demonstrate expertise and excellence in the scope
required. The successful bidder must understand the requirement for business agility and cost control across the service.
The term of the contract will be three years with options to extend by 24 months (1 year + 1 Year).
The venues are listed below (please note these may be subject to change and venues added or deleted)
Easterhouse (The Bridge) Swimming Pools
Castlemilk Leisure Centre swimming Pools
Tollcross aquatics Centre Swimming Pools
Emirates Arena Vitality Pool
Whitehill Swimming Pool
Gorbals Leisure Centre Swimming Pools
Springburn Leisure Centre Swimming Pools
North Woodside Leisure Centre Swimming Pool
Pollok Leisure Centre Swimming Pool
Bellahouston Leisure Centre Swimming Pools
Scotstoun Leisure Centre Swimming Pools
Drumchapel Swimming Pools
Maryhill Leisure centre Swimming Pools
Croftcoin School (Hydrotherapy Pool)
Kelbourne School (Hydrotherapy Pool)
Keppoch Campus (Hydrotherapy Pool) Currently drained due to major leak.
Hazelwood School (Hydrotherapy Pool)
Langlands School (Hydrotherapy Pool)
Abercorn School (Swimming Pool)
Ashcraig / Ashton (Swimming Pool)
City Building is also looking to contract with providers who undertake best practice and guidance to adhere to Pool Water Treatment
Advisory Group (PWTAG) within the pool plant industry.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £2,000,000
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
The contract will originally for 36 months plus extensions of 1 year + 1 year.
This means the contract may be 48 months or 60 months depending on length of extensions.
As such there will be a renewal of this contract under a new procurement either in 2028, 2029 or 2030 depending on what renewal options
are chosen.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
List and brief description of conditions:
All works shall be carried out in accordance with best practices and shall include all proposed amendments to standard practices prior to the
requirement for legal conformity, at the time of formal proposal, principally with regard to the following:
The Factories Act.
The Health and Safety at Work Act.
BS 7671:2008 Requirements for Electrical Installations (IEE Wiring Regulations 17th Edition) and all subsequent amendments.
All other statutory acts applicable to the works and local amendments or by-laws.
British Standards and EC Directives.
The Control of Substances Hazardous to Health (COSHH) Regulations.
Construction (Design and Management) Regulations.
Health and Safety documents L21, L22, L23, L24, L25.
Water Supply Regulations.
Control of Pollution Act 1974 Section 60.
HSE Approved Code of Practice for Control of Legionella Bacteria in Water Systems ACoP L08.
HSE Reporting of Injuries, Disease, and Dangerous Occurrences Regulations (RIDDOR).
Waste Electrical and Electronic Equipment (WEEE) directives.
Energy Performance of Buildings Directive (EPBD).
Control of Asbestos Regulations 2012.
Swimming Pool Water Treatment and Quality Standards for Swimming Pools and Spas(PWTAG) 2017 [including all recent updates]
HSG 179 Health and Safety in Swimming Pools
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must comply with the undernoted financial requirements in order
to participate in the tendering process:-
There is a minimum financial requirement that affects trading performance and balance sheet strength
Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts
accounts with Companies House
Trading Performance
An overall positive outcome on pre tax profits over a 3 year period
Exceptional items can be excluded from the calculation.
The above would be expressed in the ratio Pre-Tax Profit/Turnover
Balance Sheet strength
Net worth of the organisation must be positive at the time of evaluation
and organisation must not be subject to an insolvency process.
Intangibles can be included for purposes of the Total Assets figure.
The above would be expressed in the ratio Total Assets/Total Liabilities
Companies that are only required to file abbreviated accounts, must submit full sets of accounts
for the last two individual years filed, in order for the three year profitability requirement to be verified
An applicant should have no outstanding issues, with regard to statutory filing
requirements with Companies House.
Applicants who have been trading for less than the 3 years noted above must provide
evidence that they are complying with the above minimum financial requirements
for the period in which they have been trading.
Applicants who do not comply with the above financial requirements but are part
of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial
requirements stipulated above.
City Building (Glasgow) LLP 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.
The insurance requirements for this contract are as follows –
Employer’s Liability
The organisation/consultant shall take out and maintain throughout the period of their services Employer’s Liability insurance to the value
of at least TEN MILLION (GBP10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period.
Public Liability
The organisation/consultant shall take out and maintain throughout the period of their services Public 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.
Products Insurance
The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of
at least TEN MILLION ("GBP"10,000,000) POUNDS STERLING in respect of any one claim and in the aggregate.
Professional Indemnity
The organisation/consultant shall take out and maintain throughout the period of their services and for a further 6 years on completion of
their service, Professional Indemnity insurance to the value of a minimum TWO MILLION ("GBP"2,000,000) POUNDS STERLING in
respect of any one claim and in the aggregate
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD 4C.1.2 Statement [GOODS AND SERVICES ONLY]
CBG’s guidance for this question is detailed below-
Provide two relevant examples from within the last five years that demonstrate
your organisation has the relevant and necessary skills, expertise, and experience to
deliver the service required by CBG.
For each relevant example the following information should be provided but is not
limited to –
1. an overview of the contract including customer name, contract start and completion date and contract value.
2. a thorough and detailed description for each example of the scope of the requirement and service provided by you demonstrating
experience in dealing with a contract the same or similar in scope and complexity to the CBG’s requirements.
Your response to this question should not exceed, for each example, 2 x A4 sides, this page count includes all text (Arial font 11),
photographs, figures and diagrams.
Where a submission exceeds the maximum number of pages indicated per example, no account will be taken of the content of the pages
beyond the maximum.
Weighting
The weighting will be out of 100 with 50% attributed to each example. A minimum
pass mark of 50 out of 100 is required overall for this question. Any bidder who fails
to achieve the minimum score for this question will be excluded from the process at
this stage.
Minimum level(s) of standards required:
Bidders must score a minimum of 60% in total for question 4C.1.2 question. Any Bidder who fails to achieve the minimum points score
will be disqualified.
Selection Criteria (Quality 30%)
Total Technical Weighting
Service Delivery 40%
Staff Resource 30%
Contract Management 25%
Fair Work First 5%
Full details will be in the tender documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 July 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 July 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Contract is for 3 years with options to extend by 1 year + 1 year so new procurement exercise would be in 2028, 2029 or 2030 depending
on what extension options are chosen
six.3) Additional information
Health and Safety will be assessed on a PASS/FAIL basis - Bidders must hold
ISO18001/ISO450001, or lot specific SSIP or comply with all questions in the Health and
Safety Questionnaire.
Environmental will be assessed on a PASS/FAIL basis - Bidders must hold ISO14001 or
comply with all questions in the Environmental Questionnaire.
Quality will be assessed on a PASS/FAIL basis - Bidders must hold ISO 9001 or comply
with all questions in the Quality Questionnaire.
Freedom of Information Act - Information on the FOI act is contained in the tender
documents
Insurance Mandate - Bidders will be asked to sign and return an Insurance Mandate that
authorises CBG to request copies of insurance documents from the bidders insurance
provider, should the bidder be successful
Non Collusion - Bidders will be required to complete the Non Collusion Certificate
contained within the tender documents.
Additional information relevant to this contract opportunity can be found in the tender documents and SPD guidance documents
The buyer is using PCS-Tender to conduct this tender exercise. The Project code is 28763.
Fair Work First - This will be scored as 5% in the evaluation. Full details are in the ITT.
The Contract is to be placed under, standard form SBCC Measured-Term Contract 2019 edition.
The term of the contract will be three years with options to extend by 24 months.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28763. 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:
CBG is requesting community benefits on a Mandatory basis for this the tender.
CBG has a strong reputation for social values. At CBG where we are “Building a Sustainable Future”, we are providing skills to the
workforce of tomorrow and generating true economic and sustainable benefits in our local communities and beyond.
We are committed to:
Delivering lasting employment opportunities to local people, including those with a disability and/or from minority groups.
Engaging directly with local community groups, organisations and other agencies to ensure we maximise opportunities to improve local
areas and overall well-being.
- Combining commercial success with socially and environmentally responsible practices by giving life changing opportunities to those far
removed from the labour market.
Our strong commitment to sustainable development will ensure that we continue to leave positive and lasting legacies for future
generations and inspire transformations in local communities.
Community Benefits will be mandatory on a Pass/Fail basis and will therefore not be evaluated as part of the tender evaluation. Community
benefits will therefore be a contractual requirement and form part of the awarded contact.
Bidders must commit to paying 0.5% of the annual income derived from this contract with CBG to Community Benefits the detail of which
to be determined by CBG, acting reasonably.
(SC Ref 791998)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29453. 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:
0.5% of contracted spend
(SC Ref:801267)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff 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
City Building (Glasgow) LLP must, by notice in writing as soon as possible, after the decision has been made,inform all bidders and
candidates concerned of its decision to award the contract. City Building (Glasgow) LLP must allow a period of at leastthe 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 notice is sent, when sent by other means the period is 15 days) to elapse between the date of dispatch of the
notice referred to in Regulation 86 of the Public Contract (Scotland) Regulations 2015 “the Regulations”). CityBuilding(Glasgow) LLP is
obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of
Sessionwhere as a consequence of a breach by City Building (Glasgow)LLP, suffers or risks suffering loss or damage. The bringing of
court proceedings during the standstill period means that City Building (Glasgow) LLP must not enter into the contract 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 City Building (Glasgow) LLP seeking further clarification on the notice, to which City Building
(Glasgow) LLP must respond within 15 days. Economic Operators
should be mindful to seek their own independent legal advice when they consider appropriate to do so.