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.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
Telephone
+44 141429888
Country
United Kingdom