Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

The Provision of Track Hoist Systems

  • Cyhoeddwyd gyntaf: 11 Hydref 2025
  • Wedi'i addasu ddiwethaf: 11 Hydref 2025
  • Fersiwn: N/A
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-02965d
Cyhoeddwyd gan:
Glasgow City Council
ID Awudurdod:
AA20167
Dyddiad cyhoeddi:
11 Hydref 2025
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

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.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.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 3 172 575.00 GBP

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

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.2.11) 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 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:

2025/S 000-022645

Section V: Dyfarnu contract

Rhif Contract: GCC006386CPU

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

16/09/2025

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

Nifer y tendrau a ddaeth i law gan BBaChau: 3

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 5

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 5

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Prism UK Medical Ltd

Unit 4 Jubilee Business Park,, Jubilee Way, Grange Moor

Wakefield

WF4 4TD

UK

Ffôn: +44 1924840100

Ffacs: +44 8449802267

NUTS: UKE

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 3 172 575.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

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. Contract value is an estimate based on the rates submitted. Actual contract value maybe more or less than stated.

(SC Ref:811930)

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

10/10/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
42416300 Dyfeisiau codi Lifftiau, dyfeisiau codi sgipiau, dyfeisiau codi, escaladuron a llwybrau symudol
50000000 Gwasanaethau atgyweirio a chynnal a chadw Gwasanaethau eraill
50800000 Gwasanaethau atgyweirio a chynnal a chadw amrywiol Gwasanaethau atgyweirio a chynnal a chadw

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
james.cook@glasgow.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.