Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
Contact
Sharon Wallace
Telephone
+44 1412765623
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.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
Framework for the Provision of Inspection, Maintenance and Repair Physical Education Equipment, Outdoor Equipment and Play Areas
Reference number
GCC005173CPU
two.1.2) Main CPV code
- 50870000 - Repair and maintenance services of playground equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The framework for the Provision of Inspection, Maintenance and Repair of Physical Equipment, Outdoor Play Equipment and Play Areas includes for 1 annual safety inspection at various establishments within Education Services and Community Gymnasiums and any required/agreed repairs and maintenance works.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £35,985 / Highest offer: £55,452 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 50870000 - Repair and maintenance services of playground equipment
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Various locations throughout Glasgow City
two.2.4) Description of the procurement
The Framework for the provision of Inspection, Maintenance and Repair of Physical Education Equipment, Outdoor Equipment and Play Areas includes for:
1 annual safety inspection, at various establishments within Education Services and Community Gymnasiums
Any agreed/required repairs or maintenance works arising from the annual safety inspection
two.2.5) Award criteria
Quality criterion - Name: Process / Weighting: 17
Quality criterion - Name: Personnel / Weighting: 5
Quality criterion - Name: Unscheduled Call Outs / Weighting: 4
Quality criterion - Name: Sustainability / Weighting: 4
Quality criterion - Name: Fair Work Practices / Weighting: 5
Price - Weighting: 65
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2014/S 024-675409
Section five. Award of contract
Contract No
GCC005173CPU
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
8 June 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Sports & Playground Services UK Ltd
Lawley House, Butt Road
Colchester
CO3 3DG
Telephone
+44 3301355262
Country
United Kingdom
NUTS code
- UKJ - South East (England)
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £480,000
Section six. Complementary information
six.3) Additional information
(SC Ref:701203)
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
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Glasgow City Council (“the Council”) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (“the Regulations”). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.