Section one: Contracting authority
one.1) Name and addresses
Glasgow Life (Culture & Sport Glasgow)
38 Albion Street
Glasgow
G1 1LH
Contact
Jason Starrs
jason.starrs@glasgowlife.org.uk
Telephone
+44 1412875923
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=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
Telephone
+44 141429888
Country
United Kingdom