Contract

The Provision of Track Hoist Systems

  • Glasgow City Council

F03: Contract award notice

Notice identifier: 2025/S 000-064088

Procurement identifier (OCID): ocds-h6vhtk-02965d (view related notices)

Published 10 October 2025, 11:17am



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Email

james.cook@glasgow.gov.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

The Provision of Track Hoist Systems

Reference number

GCC006386CPU

two.1.2) Main CPV code

  • 42416300 - Hoists

two.1.3) Type of contract

Supplies

two.1.4) Short description

The council invites tender bids for the provision of track hoist systems including the supply, delivery, installation, removal, storage, recondition, servicing and repair.

This tender will support the delivery of the managed service provided by the council for track hoist systems to the following geographical areas: -

Glasgow City Council, East Dunbartonshire Council, West Dunbartonshire Council, South Lanarkshire Council, Renfrewshire Council, East Renfrewshire Council, Council, Stirling Council, Falkirk Council, Clackmannanshire Council, and NHS Greater Glasgow and Clyde.

The council are continuing to develop the track hoist systems managed service and reserve the right to add additional geographical areas through the lifetime of the contract.

As part of this service there is a requirement for the storage and reconditioning of equipment which has been removed in readiness for re-installation to a new location.

The successful supplier will require to access the store service asset register system ELMS2 via the supplier specific login details provided by the store service asset management team.

ELMS2 is a modular software solution that supports the efficient management of community equipment services and currently being utilised by the store service management team in relation to storing of service and repair data including location history of all the equipment relating to this contract

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,172,575

two.2) Description

two.2.2) Additional CPV code(s)

  • 50800000 - Miscellaneous repair and maintenance services
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The council is seeking to appoint a single supplier to support the councils managed service and to undertake the supply, delivery, installation, removal, storage, recondition, repair, servicing for Track hoist Systems and Slings.

The successful supplier will require to cover the following geographical areas:

Glasgow City Council, East Dunbartonshire Council, West Dunbartonshire Council, South Lanarkshire Council, Renfrewshire Council, East Renfrewshire Council, Council, Stirling Council, Falkirk Council, Clackmannanshire Council, NHS Greater Glasgow and Clyde.

As part of this service there is a requirement for the storage and reconditioning of equipment which has been removed in readiness for re-installation to a new location.

The successful supplier will require to access the store service asset register system ELMS2 via the supplier specific login details provided by the store service asset management team.

ELMS2 is a modular software solution that supports the efficient management of community equipment services and currently being utilised by the store service management team in relation to storing of service and repair data including location history of all the equipment relating to this contract

two.2.5) Award criteria

Quality criterion - Name: Contract Delivery / Weighting: 38

Quality criterion - Name: Business Continuity / Weighting: 5

Quality criterion - Name: Reporting and Invoicing / Weighting: 3

Quality criterion - Name: Training and Product Demonstration / Weighting: 2

Quality criterion - Name: Innovation / Weighting: 3

Quality criterion - Name: Sustainability / Weighting: 4

Quality criterion - Name: Fair Work Practices / Weighting: 5

Price - Weighting: 40

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

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


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: 2025/S 000-022645


Section five. Award of contract

Contract No

GCC006386CPU

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 September 2025

five.2.2) Information about tenders

Number of tenders received: 5

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: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Prism UK Medical Ltd

Unit 4 Jubilee Business Park,, Jubilee Way, Grange Moor

Wakefield

WF4 4TD

Telephone

+44 1924840100

Fax

+44 8449802267

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,172,575


Section six. Complementary information

six.3) Additional information

Bidders must hold certificates for Quality Assurance, Health and Safety and Environmental Management Standards or comply with all questions noted in SPD Section 4D.

Health & Safety - bidders must complete and return the H&S questionnaire found in the Buyers Attachments area of the tender portal.

Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Tenderers must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the Technical Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information).

Tenderers Amendments - bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained within the Technical Envelope within PCS Tender portal.

Prompt Payment - the successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum, invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Tenderers will be required to complete the prompt payment certificate contained in the Technical Envelope within PCS Tender portal.

Non-Collusion - Tenderers will be required to complete the Non-Collusion certificate contained in the Technical Envelope within the PCS Tender portal.

Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the Technical Envelope within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from suppliers at any point during the contract period.

Terms and Conditions are located within the buyers attachments area within the PCS Tender portal.

Additional information pertaining to this contract notice is contained within the Invitation to Tender documentation, situated within the buyers attachments area of PCS-T. Tenderers must ensure they read these documents in line with this contract notice. Contract value is an estimate based on the rates submitted. Actual contract value maybe more or less than stated.

(SC Ref:811930)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court & Justice of the Peace Court

PO BOX 23, 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/glasgow-sheriff-court-and-justice-of-the-peace-court/

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.