Award

Burrell Collection Luminaires

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

25 Oct 2021 at 09:25

Tender

16 Aug 2021 at 10:35

Summary of the contracting process

Glasgow City Council is seeking suppliers for the "Burrell Collection Luminaires" contract, part of the goods category focusing on lighting equipment and electric lamps. The procurement process is currently in the Award stage, with a total contract value of £257,298. The successful supplier will be required to supply luminaires for museum refurbishment in Glasgow, United Kingdom. All bids were submitted electronically, and the Council has set a deadline for bids that have since closed as of 16 September 2021.

This tender presents excellent opportunities for businesses specialising in lighting solutions and electrical supplies, particularly those that meet the stringent quality control and health and safety standards specified. SMEs and firms experienced in similar refurbishment projects could benefit from this procurement, as successful bidders will not only provide the required goods but also demonstrate an understanding of prompt payment practices and compliance with public sector regulations. Businesses should be prepared to showcase their capability for timely delivery and quality service for projects of this nature.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Burrell Collection Luminaires

Notice Description

Supply only of luminaires for museum refurbishment

Lot Information

Lot 1

Supply only of luminaires for museum refurbishment. Additional information: 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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02d529
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026612-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

45 - Construction work


CPV Codes

31500000 - Lighting equipment and electric lamps

45212313 - Museum construction work

Notice Value(s)

Tender Value
£250,000 £100K-£500K
Lots Value
£250,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£257,298 £100K-£500K

Notice Dates

Publication Date
25 Oct 20214 years ago
Submission Deadline
16 Sep 2021Expired
Future Notice Date
Not specified
Award Date
21 Oct 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
David Dougan
Contact Email
david.dougan@glasgow.gov.uk
Contact Phone
+44 1412876424

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Supplier Information

Number of Suppliers
1
Supplier Name

EDMUNDSON ELECTRICAL

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02d529-2021-10-25T10:25:02+01:00",
    "date": "2021-10-25T10:25:02+01:00",
    "ocid": "ocds-h6vhtk-02d529",
    "description": "SPDS Questions 4D.1,4D1.1,4D1.2,4D2,4D2.1 & 4D2.2 bidders must hold certificates for Quality Control, Health & Safety & Environmental Management Standards or comply with all the questions noted in SPDS Section 4D. H&S-applicants must complete & return the H&S questionnaire found in the Buyers Attachments area of the tender portal. Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation & ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the Qualification Envelope within the PCS Tender portal(NB the council does not bind itself to withhold this information). Tenderers Amendments-Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate. Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services 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 subcontractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate. Applicants will be required to complete the Non-Collusion certificate. All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed & returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Request For Documentation: All documentation specified in the SPDS must be provided. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice. (SC Ref:669122)",
    "initiationType": "tender",
    "tender": {
        "id": "GCC005401CPU",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Burrell Collection Luminaires",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "31500000",
            "description": "Lighting equipment and electric lamps"
        },
        "mainProcurementCategory": "goods",
        "description": "Supply only of luminaires for museum refurbishment",
        "value": {
            "amount": 250000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Supply only of luminaires for museum refurbishment. Additional information: 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",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "80"
                        }
                    ]
                },
                "value": {
                    "amount": 250000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 90
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45212313",
                        "description": "Museum construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK, Glasgow"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.publictendersscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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 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. Due to the potential negative financial consequences of the pandemic on company finances, Glasgow City Council 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. If the pandemic has had an adverse effect on the latest set of accounts filed with Companies House, Glasgow City Council 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.",
                    "minimum": "The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-09-16T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2021-09-16T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-09-16T12:00:00+01:00",
            "address": {
                "streetAddress": "UK, Glasgow"
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-25647",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "David Dougan",
                "telephone": "+44 1412876424",
                "email": "david.dougan@glasgow.gov.uk",
                "url": "http://www.publiccontractsscotland.publictendersscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-25648",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO Box 23 1 Carlton Place",
                "locality": "Glasgow",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-32622",
            "name": "Edmundson Electrical",
            "identifier": {
                "legalName": "Edmundson Electrical"
            },
            "address": {
                "streetAddress": "Southbank Marina, Strathkelvin Place, Kirkintilloch",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G66 1XQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7545785570"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-25647",
        "name": "Glasgow City Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "026612-2021-GCCOO5401CPU-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-32622",
                    "name": "Edmundson Electrical"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "026612-2021-GCCOO5401CPU-1",
            "awardID": "026612-2021-GCCOO5401CPU-1",
            "status": "active",
            "value": {
                "amount": 257298,
                "currency": "GBP"
            },
            "dateSigned": "2021-10-22T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}