Tender

REPLACEMENT DISABLED ACCESS LIFT FOR SV GLENLEE (THE TALL SHIP GLENLEE)

  • The Tall Ship Glenlee Trust

F02: Contract notice

Notice identifier: 2025/S 000-083806

Procurement identifier (OCID): ocds-h6vhtk-05f7ca

Published 17 December 2025, 12:36pm



Section one: Contracting authority

one.1) Name and addresses

The Tall Ship Glenlee Trust

150 Pointhouse Place

Glasgow

G3 8RS

Contact

Fiona Greer

Email

fiona.greer@thetallship.com

Telephone

+44 1413573699

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.thetallship.com

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

www.thetallship.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.thetallship.com

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