Tender

Emirates Arena (Glasgow) Provision of Videoboards and Services

  • Glasgow Life (Culture & Sport Glasgow)

F02: Contract notice

Notice identifier: 2024/S 000-041187

Procurement identifier (OCID): ocds-h6vhtk-04ca1f

Published 20 December 2024, 12:42pm



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.publiccontractssscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.publiccontractssscotland.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

Emirates Arena (Glasgow) Provision of Videoboards and Services

Reference number

CSG005979

two.1.2) Main CPV code

  • 37482000 - Sports information billboards

two.1.3) Type of contract

Supplies

two.1.4) Short description

Emirates Arena (Glasgow) Provision of Videoboards and Services

two.1.5) Estimated total value

Value excluding VAT: £450,000

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

Emirates Arena (Glasgow) Provision of Videoboards and Services

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

60

This contract is subject to renewal

No

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 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.

Glasgow Life reserves the right, at its own discretion, to seek such other information from the Bidder

in accordance with Regulations Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015

to prove the Bidder's economic and financial standing

Minimum level(s) of standards possibly required

Employer’s liability insurance to ten million (10,000,000) GDP pounds Sterling for any one claim and without limit to the number of claims;

Public liability insurance to five million (5,000,000) GDP pounds Sterling for any one claim and without limit to the number of claims;

Product liability insurance to five million (5,000,000) GDP pounds Sterling for any one claim and in the aggregate.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please provide details of three contracts within the last 3 years similar in scale and nature to Glasgow Life's requirement. (Examples from both public and/or private sector customers and clients may be provided).

This will be assessed on a pass or fail basis.

Minimum level(s) of standards possibly required

This will be assessed on a pass or fail basis.


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

24 January 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

Tender must be valid until: 23 May 2025

four.2.7) Conditions for opening of tenders

Date

24 January 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Bidders are requested to submit a cost for two videoboards including disposal, supply, commissioning, maintenance, warranty, support services and additional services.

The Company will assess and evaluate Main Arena and Velodrome.

However if the cost for the Velodrome exceeds the Company's budget then (Main Arena only) will only be taken forward for award.

The evaluation process will be whoever is ranked one after the technical and commercial process has concluded for Main Arena and Velodrome their offer for Main Arena only will then be considered if required.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27785. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:784913)

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