Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
E-bost: james.cook@glasgow.gov.uk
NUTS: UKM82
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.glasgow.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
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:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
The Provision of Track Hoist Systems
Cyfeirnod: GCC006386CPU
II.1.2) Prif god CPV
42416300
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
The council invites tender bids for the provision of track hoist systems including the supply, delivery, installation, removal, storage, recondition, servicing and repair.
This tender will support the delivery of the managed service provided by the council for track hoist systems to the following geographical areas: -
Glasgow City Council, East Dunbartonshire Council, West Dunbartonshire Council, South Lanarkshire Council, Renfrewshire Council, East Renfrewshire Council, Council, Stirling Council, Falkirk Council, Clackmannanshire Council, and NHS Greater Glasgow and Clyde.
The council are continuing to develop the track hoist systems managed service and reserve the right to add additional geographical areas through the lifetime of the contract.
As part of this service there is a requirement for the storage and reconditioning of equipment which has been removed in readiness for re-installation to a new location.
The successful supplier will require to access the store service asset register system ELMS2 via the supplier specific login details provided by the store service asset management team.
ELMS2 is a modular software solution that supports the efficient management of community equipment services and currently being utilised by the store service management team in relation to storing of service and repair data including location history of all the equipment relating to this contract
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 932 177.00 GBP
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
50800000
50000000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
II.2.4) Disgrifiad o’r caffaeliad
The council is seeking to appoint a single supplier to support the councils managed service and to undertake the supply, delivery, installation, removal, storage, recondition, repair, servicing for Track hoist Systems and Slings.
The successful supplier will require to cover the following geographical areas:
Glasgow City Council, East Dunbartonshire Council, West Dunbartonshire Council, South Lanarkshire Council, Renfrewshire Council, East Renfrewshire Council, Council, Stirling Council, Falkirk Council, Clackmannanshire Council, NHS Greater Glasgow and Clyde.
As part of this service there is a requirement for the storage and reconditioning of equipment which has been removed in readiness for re-installation to a new location.
The successful supplier will require to access the store service asset register system ELMS2 via the supplier specific login details provided by the store service asset management team.
ELMS2 is a modular software solution that supports the efficient management of community equipment services and currently being utilised by the store service management team in relation to storing of service and repair data including location history of all the equipment relating to this contract
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Contract Delivery
/ Pwysoliad: 38
Maes prawf ansawdd: Business Continuity
/ Pwysoliad: 5
Maes prawf ansawdd: Reporting and Invoicing
/ Pwysoliad: 3
Maes prawf ansawdd: Training and Product Demonstration
/ Pwysoliad: 2
Maes prawf ansawdd: Innovation
/ Pwysoliad: 3
Maes prawf ansawdd: Sustainability
/ Pwysoliad: 4
Maes prawf ansawdd: Fair Work Practices
/ Pwysoliad: 5
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
06/11/2025
Diwedd:
05/11/2032
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
option to extend up to additional 2 years
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
II.2.14) Gwybodaeth ychwanegol
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Non-Applicable
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Track hoist system urgent quotations - Performance requirement. Track hoist system standard quotations- Performance Requirement 98 percent
Track hoist system installation - Performance Requirement 98 percent
Urgent track hoist system removal- Performance Requirement 98 percent
Standard track hoist system removal- Performance Requirement 98 percent
Urgent track hoist system reactive repairs - Performance Requirement 98 percent
Non- urgent track hoist system reactive repairs - Performance Requirement 98 percent
Minor defects repair - Performance Requirement - 98 percent
Servicing - Performance Required - 98 percent
Invoicing - Performance Required - 98 percent
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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2021/S 000-017447
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
19/06/2025
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:
17/10/2025
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
19/06/2025
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
The contract duration is for 5 years with an option to extend for a further period up to 24 month.
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
Bidders must hold certificates for Quality Assurance, Health and Safety and Environmental Management Standards or comply with all questions noted in SPD Section 4D.
Health & Safety - bidders must complete and return the H&S questionnaire found in the Buyers Attachments area of the tender portal.
Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Tenderers must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the Technical Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information).
Tenderers Amendments - bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained within the Technical Envelope within PCS Tender portal.
Prompt Payment - the successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum, invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Tenderers will be required to complete the prompt payment certificate contained in the Technical Envelope within PCS Tender portal.
Non-Collusion - Tenderers will be required to complete the Non-Collusion certificate contained in the Technical Envelope within the PCS Tender portal.
Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the Technical Envelope within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from suppliers at any point during the contract period.
Terms and Conditions are located within the buyers attachments area within the PCS Tender portal.
Additional information pertaining to this contract notice is contained within the Invitation to Tender documentation, situated within the buyers attachments area of PCS-T. Tenderers must ensure they read these documents in line with this contract notice.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29016. 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:
Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 540
(SC Ref:799164)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court & Justice of the Peace Court
PO BOX 23, 1 Carlton Place
Glasgow
G5 9DA
UK
Ffôn: +44 1414298888
E-bost: glasgow@scotcourts.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://www.scotcourts.gov.uk/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/glasgow-sheriff-court-and-justice-of-the-peace-court/
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Glasgow City Council (“the Council”) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (“the Regulations”).
The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition.
The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.
VI.5) Dyddiad anfon yr hysbysiad hwn
19/05/2025