Section one: Contracting authority
one.1) Name and addresses
The Tall Ship Glenlee Trust
150 Pointhouse Place
Glasgow
G3 8RS
Contact
Fiona Greer
Telephone
+44 1413573699
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30775
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Registered charity
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
REPLACEMENT DISABLED ACCESS LIFT FOR SV GLENLEE (THE TALL SHIP GLENLEE)
two.1.2) Main CPV code
- 42416100 - Lifts
two.1.3) Type of contract
Supplies
two.1.4) Short description
The historic vessel, The Tall Ship Glenlee requires a replacement accessibility lift to be purchased and installed using funds from Museums Galleries Scotland Repair and Adaptation Fund.
Contractor turnkey project requirement definition:-
1. Lift as presently configured with four access/ egress levels in weather deckhouse, ‘tween decks, mezzanine deck, hold, DDA compliant.
2. Platform lift capable of carrying a minimum load of 450kg and have a capacity alternatively for 5 persons.
3. Power – single phase 220 V AC.
4. Capable of operation in up to 2 degrees of ship list and 1 degree change of fore and aft trim of ship.
5. Does not need to meet fire evacuation requirements.
6. Design must accommodate the limited pit depth of <150mm.
7. Meet or exceed 2006/42CE.
8. All works must comply with CDM regs.
9. Lift must be capable of a minimum of 20 operational cycles per hour.
10. Normal duty cycle is 8 hours per day with some operational days of up to 24 hours per day.
11. A five-year warranty on all parts and labour/ hours is required.
12. A five-year maintenance package is required.
13. A key control is required to avoid unauthorised operations.
14. Turnkey project for removal of all components of old lift installation and installation and commissioning of new lift.
15. All responsibility for measurements, design, removal of old equipment and materials arisings from site.
16. All transportation of equipment and materials, lifting and craneage are part of the turnkey contract.
17. All works must comply with relevant Health and Safety at Work Act requirements.
18. Insurance must be provided for a sum of GBP 10 million pounds for any one occurrence.
19. Product liability insurance in the sum of GBP 10 million pounds in the aggregate and professional indemnity insurance in the aggregate.
Client site works: - Works on essential support steel substructures for lift in lower hull steelwork blasting inspection, any necessary strengthening and protective coating whilst old lift removed must be completed before new lift installation.
two.1.5) Estimated total value
Value excluding VAT: £70,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42416000 - Lifts, skip hoists, hoists, escalators and moving walkways
- 42416100 - Lifts
- 42416120 - Goods lifts
- 42416130 - Mechanical lifts
- 42419510 - Parts of lifts
- 42417000 - Elevators and conveyors
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
The Tall Ship Glenlee, 150 Pointhouse Place, Glasgow, G3 8RS
two.2.4) Description of the procurement
Contractor turnkey project requirement definition:-
1. Lift as presently configured with four access/ egress levels in weather deckhouse, ‘tween decks, mezzanine deck, hold, DDA compliant.
2. Platform lift capable of carrying a minimum load of 450kg and have a capacity alternatively for 5 persons.
3. Power – single phase 220 V AC.
4. Capable of operation in up to 2 degrees of ship list and 1 degree change of fore and aft trim of ship.
5. Does not need to meet fire evacuation requirements.
6. Design must accommodate the limited pit depth of <150mm.
7. Meet or exceed 2006/42CE.
8. All works must comply with CDM regs.
9. Lift must be capable of a minimum of 20 operational cycles per hour.
10. Normal duty cycle is 8 hours per day with some operational days of up to 24 hours per day.
11. A five-year warranty on all parts and labour/ hours is required.
12. A five-year maintenance package is required.
13. A key control is required to avoid unauthorised operations.
14. Turnkey project for removal of all components of old lift installation and installation and commissioning of new lift.
15. All responsibility for measurements, design, removal of old equipment and materials arisings from site.
16. All transportation of equipment and materials, lifting and craneage are part of the turnkey contract.
17. All works must comply with relevant Health and Safety at Work Act requirements.
18. Insurance must be provided for a sum of GBP10 million pounds for any one occurrence.
19. Product liability insurance in the sum of GBP10 million pounds in the aggregate and professional indemnity insurance in the aggregate.
Client site works: - Works on essential support steel substructures for lift in lower hull steelwork blasting inspection, any necessary strengthening and protective coating whilst old lift removed must be completed before new lift installation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Quality criterion - Name: Performance Criteria - Timely completion of project to meet funding requirements / Weighting: 20
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £70,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2026
End date
13 March 2026
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
We are ok with 15 days
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
16 January 2026
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: 16 February 2026
four.2.7) Conditions for opening of tenders
Date
23 January 2026
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=818861.
(SC Ref:818861)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Glasgow
Country
United Kingdom