Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision Of Fire Risk Assessments (Re-Advertised)

  • First published: 10 February 2024
  • Last modified: 10 February 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0438bc
Published by:
Glasgow Life (Culture & Sport Glasgow)
Authority ID:
AA20220
Publication date:
10 February 2024
Deadline date:
05 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

There is a requirement for Fire Risk Assessments to be carried out at various Glasgow Life Venues. There is a confirmed list of 88 properties and 17 potential properties. It will be at Glasgow Life's sole discretion if the potential properties proceed or not.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Glasgow Life (Culture & Sport Glasgow)

38 Albion Street

Glasgow

G1 1LH

UK

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.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publictendersscotland.publiccontractsscotland.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

Provision Of Fire Risk Assessments (Re-Advertised)

Reference number: CSG005712

II.1.2) Main CPV code

79417000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision Of Fire Risk Assessments

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71317210

II.2.3) Place of performance

NUTS code:

UKM82

II.2.4) Description of the procurement

There is a requirement for Fire Risk Assessments to be carried out at various Glasgow Life Venues. There is a confirmed list of 88 properties and 17 potential properties. It will be at Glasgow Life's sole discretion if the potential properties proceed or not.

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: 36

This contract is subject to renewal: Yes

Description of renewals:

After two years there will be one 12 month extension option to be taken at Glasgow Life's sole discretion.

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 with Companies House.

Trading Performance

An overall positive outcome on pre tax profits over a 3 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.

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.

If the pandemic has had an adverse affect on the latest set of accounts filed with Companies House, Glasgow Life 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 above, however, should not impinge on the financial viability of the company, as defined by ratios set out in the above financial requirements.

Glasgow Life reserves the right, at its own discretion, to seek such other information from the Bidder In accordance with 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:

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. Professional Indemnity Insurance Bidder shall take out and maintain throughout the period of their services and for a further 1 year on completion of their service, 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. Motor Liability Insurance Where the Services require the Supplier to use a motor vehicle in areas where members of the public are situated, third party motor liability insurance to TWENTY MILLION POUNDS STERLING (20,000,000 GBP) for third party property damage caused by a private vehicle, TEN MILLION POUNDS STERLING (10,000,000 GBP) for third party property damage caused by a non-private vehicle, and unlimited in relation to death or bodily injury caused by a private or non-private vehicle. 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 the specified insurance will be obtained.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders are required to provide evidence of three previous examples of similar scale contracts carried out by your organisation within the last five years which demonstrates you have the relevant experience required to undertake this contract as detailed in the Qualification Envelope Question 4C1.2. Minimum level(s) of standards required: A minimum pass mark of 60 out of 100 is required overall for this question. Any Bidder who fails to achieve the minimum score for this question will be excluded at this stage.


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: 05/03/2024

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: 03/07/2024

IV.2.7) Conditions for opening of tenders

Date: 05/03/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

2027

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

Scope of Services

NEW ADDITIONAL INFORMATION

GLASGOW LIFE PROPERTY ESTATE CONTAINS A LARGE PORTFOLIO OF BUILDINGS THAT INCLUDE HERITAGE, LISTED AND NON COMPLIANT. BIDDERS MUST TAKE HEED OF THE TYPE AND NUMBER OF HERTITAGE, LISTED AND NON-COMPLIANT BUILDINGS WHEN COMPLETING THEIR RESPONSES.

BIDDERS AT ALL TIMES MUST BE SYMPATHETIC TO THE STRUCTURES OF NON COMPLIANT BUILDINGS AND COLLECTIONS WITHIN THE BUILDINGS.

SITE VISITS:

SITE VISITS TO TWO HERITAGE/ NON-COMPLIANT BUILDINGS ARE BEING OFFERED TO BIDDERS (THE MITCHELL LIBRARY AND GOMA). DATES FOR THE SITE VISITS WILL BE ARRANGED FROM THE 19 FEBRUARY, 2024

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26065. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:757710)

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

09/02/2024

Coding

Commodity categories

ID Title Parent category
71317210 Health and safety consultancy services Hazard protection and control consultancy services
79417000 Safety consultancy services Business and management consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jason.starrs@glasgowlife.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.