Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Glasgow Life (Culture & Sport Glasgow)
38 Albion Street
Glasgow
G1 1LH
UK
Person cyswllt: Jason Starrs
Ffôn: +44 1412875923
E-bost: jason.starrs@glasgowlife.org.uk
NUTS: UKM82
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.glasgowlife.org.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.publictendersscotland.publiccontractssscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.publictendersscotland.publiccontractssscotland.gov.uk
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
The provision of Disposal, Supply, Installation and Maintenance of a new Performance P.A System for Glasgow Royal Concert Hall.
Cyfeirnod: CSG006189
II.1.2) Prif god CPV
50342000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The provision of Disposal, Supply, Installation and Maintenance of a new Performance P.A System for Glasgow Royal Concert Hall.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
48952000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
Glasgow Royal Concert Hall.
II.2.4) Disgrifiad o’r caffaeliad
The provision of Disposal, Supply, Installation and Maintenance of a new Performance P.A System for Glasgow Royal Concert Hall.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 80
Price
/ Pwysoliad:
20
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 120
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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
Lefel(au) gofynnol y safonau sydd eu hangen:
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) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
09/05/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
05/09/2025
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
09/05/2025
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court and Justice of the Peace
1 Carlton Place
Glasgow
G6 9TW
UK
Ffôn: +44 141429888
E-bost: glasgow@scotscourt.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
09/04/2025