Tender

THE PROVISION OF MECHANICAL, ELECTRICAL AND PLUMBING MAINTENANCE AND REPAIR. VARIOUS GLASGOW LIFE VENUES

  • Glasgow Life (Culture & Sport Glasgow)

F02: Contract notice

Notice identifier: 2024/S 000-036294

Procurement identifier (OCID): ocds-h6vhtk-04b52e

Published 8 November 2024, 3:02pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow Life (Culture & Sport Glasgow)

38 Albion Street

Glasgow

G1 1LH

Contact

Jason Starrs

Email

jason.starrs@glasgowlife.org.uk

Telephone

+44 1412875923

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgowlife.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

THE PROVISION OF MECHANICAL, ELECTRICAL AND PLUMBING MAINTENANCE AND REPAIR. VARIOUS GLASGOW LIFE VENUES

Reference number

CSG006119

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

THE PROVISION OF MECHANICAL, ELECTRICAL AND PLUMBING MAINTENANCE AND REPAIR FOR VARIOUS GLASGOW LIFE VENUES

two.1.5) Estimated total value

Value excluding VAT: £11,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

THE PROVISION OF MECHANICAL, ELECTRICAL AND PLUMBING MAINTENANCE AND REPAIR FOR VARIOUS GLASGOW LIFE VENUES.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Three years with two further twelve month extension options.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must comply with the undernoted financial requirements in relation to Trading Performance, Liquidity and Balance Sheet strength in order to participate in the tendering process

Trading Performance

An overall positive outcome on pre-tax profits over a 3 year period. Exceptional items occurring in the normal course of business or non-recurring items can be excluded from calculation.

Liquidity Ratios

Current Ratio - Current Assets/Current Liabilities

Leverage Ratio - Long-term Debt/Net Worth

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

Scoring Method

Current Ratio

Range Score

0.00 to 0.80 0

0.81 to 0.90 1

0.91 to 1.00 2

1.01 to 1.10 3

1.11 to 1.20 4

1.21 and above 5

Leverage Ratio

0.01 to 19.99 5

20.00 to 39.99 4

40.00 to 59.99 3

60.00 to 79.99 2

80.00 to 100.00 1

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

Balance Sheet Strength

Net worth of the organisation must be positive.

Intangibles can be included for purposes of the Total Assets figure

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

The above ratios should be calculated on most recent accounts filed at Companies House.

For non-UK Companies, the ratios should be calculated on information contained in the most recent audited accounts.

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.

Applicants who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period in during which they have been trading.

Applicants who do not comply with the above financial requirements, but are part of a Group, may be required to provide a Parent Guarantee (in the Glasgow Life style) if the Parent company satisfies the financial requirements stipulated above.

Where the applicant is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements.

Glasgow Life reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant’s economic and financial standing.

Minimum level(s) of standards possibly required

Employers (Compulsory) Liability Insurance - Bidder shall take out and maintain, throughout the period of their services, Employer’s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one claim and unlimited in the period.

Public Liability Insurance - Bidder shall take out and maintain, throughout the period of their services, Public Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000GBP) in respect of any one claim and unlimited in the period.

Product Liability - Bidder shall take out and maintain, throughout the period of their services, Employer’s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one claim and unlimited in the period.

Professional Indemnity Insurance - Bidder shall take out and maintain throughout the period of their services and for a further 1 year on completion of their service, Professional Indemnity insurance to the value of a minimum ONE MILLION POUNDS STERLING (2,000,000 GBP) in respect of any one claim and in the aggregate.

The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by The Company and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless The Company agrees otherwise. 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 tendering then, the Bidder must certify in their response to the SPD that the specified insurance will be obtained.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders are required to provide details of three contracts within the last 3 years that are relevant to the Glasgow Life's requirement. At least one should be from the public sector and should include the organisation name, a contact name and number/email address, the date of contract award, the date of contract completion detailing any delays in completion and how they were resolved, and the contract value. (Examples from both public and/or private sector customers and clients may be provided

This will be assessed on a pass and fail basis. Bidders who fail will not be taken forward in the evaluation process.


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.2.1) Previous publication concerning this procedure

Notice number: 2019/S 133-327958

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 December 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 25 April 2025

four.2.7) Conditions for opening of tenders

Date

18 December 2024

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: 2030

six.3) Additional information

The anticipated contract spend under this procurement is up to 11.5 million GBP. This figure represents an estimated limit and does not constitute a guarantee of work or expenditure. Actual spend may vary based on the demand and requirements over the course of the contract term

Evaluation of bids will be based on the rates submitted by the Contractor as part of their tender submission. The evaluation process will focus on ensuring value for money and assessing cost effectiveness through the rates provided, in line with the quality and standards required.

Rates Submitted v Contract Spend

The total value derived from the rates submitted by the Contractor is used solely for evaluation purposes and to assess value for money, it is important to note that this evaluated total does not represent or imply the final contract expenditure

The actual spend under the Contract may be up to a value of 11.5 million GBP depending on the service requirements and demand throughout the contract period.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27941. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

not applicable

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:

A community benefits question will be asked within the award criteria section.

(SC Ref:777465)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of The Peace

1 Carlton Place

Glasgow

G6 9TW

Email

glasgow@scotscourt.gov.uk

Telephone

+44 141429888

Country

United Kingdom