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: Billy Robertson
Telephone: +44 7741082218
E-mail: Billy.Robertson@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:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
Floodlight Reactive Maintenance and Repair Services Including Floodlight Upgrade Services
Reference number: CSG005363
II.1.2) Main CPV code
79993000
II.1.3) Type of contract
Services
II.1.4) Short description
The Company invites tender bids for the Provision of Floodlight Reactive Maintenance and Repair Services including Floodlight Upgrade Services.
The tender has been split into two separate lots and they are as follows:
- Lot 1 Floodlight Reactive Maintenance and Repair Services
- Lot 2 Floodlight Upgrade Services
Bidders may bid for one lot, both lots or the most appropriate lot that is within their capacity and capability.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Floodlight Reactive Maintenance and Repair Services
II.2.2) Additional CPV code(s)
31518100
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
Lot One - Floodlighting Reactive Maintenance and Repair Services
The detailed specification of the supply of the services and details of estimated demand is provided in Section 4 of the Invitation to Tender.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Company will have the option to extend the contract for a period of up to 24 months, at 12-month intervals which will be exercised at the sole discretion of The Company serving notice on the Bidder in accordance with The Company’s Terms and Conditions.
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
Lot No: 2
II.2.1) Title
Floodlight Upgrade Services
II.2.2) Additional CPV code(s)
31518100
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
Lot Two - Floodlight Upgrade Services
The detailed specification of the supply of the services and details of estimated demand is provided in Section 4 included as part of the Invitation to Tender.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The Company will have the option to extend the contract for a period of up to 24 months, at 12-month intervals which will be exercised at the sole discretion of The Company serving notice on the Bidder in accordance with The Company’s Terms and Conditions.
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:
Financial Check
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, balance sheet strength and current liquidity. Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House.
Trading Performance
An overall positive outcome on EBITDA earnings over a 3-year period. Exceptional items can be excluded from the calculation.
The above would be expressed in the ratio EBITDA/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.
If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with.
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.
Due to the potential negative financial consequences of the pandemic on company finances, The Company also requires assurance regarding current liquidity of the bidding company.
The bidder must provide a Letter of Comfort from its own bank to satisfy the above financial requirement.
The internal procedure of each bank is different, therefore it is difficult for The Company to be definitive, as to the precise wording of the Letter of Comfort, but the undernoted wording should provide an example of the broad requirements of the Letter: -
'I can confirm that the above company holds an account with this bank and has been a customer of the bank since (Date).
The account has always been maintained in a satisfactory manner, and the customer has always complied with our operational requirements.
The customer currently has credit balances of (Amount), and as such has sufficient liquidity to undertake the contract with The Company, at the value and duration we believe the contract to be at.
Finally, I am obliged to state that the Bank is not a Credit Reference Agency, and the response above, cannot be relied upon as such'
If the pandemic has had an adverse effect on the latest set of accounts filed with Companies House, The Company will take that into account in determining financial suitability for the contract.
The above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the above financial requirements.
The Company 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.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders are required to provide three examples of similar nature services within the last three years which demonstrate they have the relevant experience required to undertake this contract.
This will be assessed on a pass and fail basis. Bidders who fail will not be taken forward in the evaluation process.
It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health and Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health and Safety Policy and is required to do so, The Company may exclude the Bidder from the competition.
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:
24/01/2023
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:
24/05/2023
IV.2.7) Conditions for opening of tenders
Date:
24/01/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23127. 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:
The Company is committed to maximising Community Benefits from procurement activity. This will be achieved through the inclusion of specific clauses within procurement contracts known as Community Benefits clauses. Community Benefit clauses are requirements which deliver wider benefits in addition to the core purpose of a contract. These clauses can be used to build a range of economic, social, or environmental conditions into the delivery of contracts.
Examples of the categories and types of benefits are –
- Sponsorship of local organisation
- Mentoring – Contractors offering support and guidance to local organisations and individuals
- Provide career night / event within local school, provide career information on the industry to interested individuals
- Sponsorship of a local sports team or community event
- Donation of materials and / or labour to support a local community project
- Offer weekly or monthly work experience placement to a nominated school pupil or Council apprentice
- Hold a workshop or event in a school, college, or community group
Please provide a detailed statement which must include:
a) details of the Community Benefits you will provide as part of this contract
b) what resource (staff responsible) will you use to ensure successful delivery
c) detailed commitment to the approach, including how you will monitor to track successful delivery of each of the Community Benefits you wish to deliver; and
d) how you will update the Company on progress
(SC Ref:717451)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of Peace Court
1 Carlton Place
Glasgow
UK
VI.5) Date of dispatch of this notice
20/12/2022