Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Glasgow Life (Culture & Sport Glasgow)
38 Albion Street
Glasgow
G1 1LH
UK
Contact person: Jason Starrs
Telephone: +44 1412875923
E-mail: jason.starrs@glasgowlife.org.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgowlife.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractssscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The provision of Disposal, Supply, Installation and Maintenance of a new Performance P.A System for Glasgow Royal Concert Hall.
Reference number: CSG006189
II.1.2) Main CPV code
50342000
II.1.3) Type of contract
Services
II.1.4) Short description
The provision of Disposal, Supply, Installation and Maintenance of a new Performance P.A System for Glasgow Royal Concert Hall.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48952000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow Royal Concert Hall.
II.2.4) Description of the procurement
The provision of Disposal, Supply, Installation and Maintenance of a new Performance P.A System for Glasgow Royal Concert Hall.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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 2 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 a full sets of accounts
for the most recent year filed, in order for the two 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 2 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 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015
to prove the Bidder's economic and financial standing
Minimum level(s) of standards required:
Employers (Compulsory) Liability Insurance - Bidder shall take out and maintain, throughout the period of their services, Employer’s
Liability insurance to the value of at least TEN MILLION POUNDS STERLING 10,000,000 GBP in respect of any one claim and unlimited
in the period.
Public Liability Insurance - Bidder shall take out and maintain, throughout the period of their services, Public Liability insurance to the
value of at least FIVE MILLION POUNDS STERLING 5,000,000 GBP in respect of any one claim and unlimited in the period.
Product Liability - Bidder shall take out and maintain, throughout the period of their services, Product Liability insurance to the value
of at least FIVE MILLION POUNDS STERLING 5,000,000 GBP in respect of any one claim and unlimited in the period.
Motor Insurance -Bidder shall take out and maintain, throughout the period of their services, at least statutory motor insurance cover as per the Road Traffic Act 1988 (All Categories).The Supplier shall ensure that their motor insurance cover includes ‘special-types vehicle cover’ to include the use of any forklifts for delivery.
Professional Indemnity Insurance - Bidder shall take out and maintain throughout the period of their services , Professional Indemnity insurance to the value of a minimum ONE MILLION POUNDS STERLING 1,000,000 GBP in respect of any one claim and in the aggregate.
The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent
body for other EU member states by The Company and any organisation shall not sub-let or sub-contract any part of the commission unless
the sub-contractor is similarly insured, unless The Company agrees otherwise. It is the express responsibility of the lead organisation to
ensure this is the case.
Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to the SPD that
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/05/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
05/09/2025
IV.2.7) Conditions for opening of tenders
Date:
09/05/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28617. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Within award criteria.
(SC Ref:792057)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace
1 Carlton Place
Glasgow
G6 9TW
UK
Telephone: +44 141429888
E-mail: glasgow@scotscourt.gov.uk
VI.5) Date of dispatch of this notice
09/04/2025