Notice Information
Notice Title
Provision Of Fire Risk Assessments
Notice Description
Provision Of Fire Risk Assessments.
Lot Information
Lot 1
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.
Renewal: After two years there will be one 12 month extension option to be taken at Glasgow Life's sole discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-042689
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/037158-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71317210 - Health and safety consultancy services
79417000 - Safety consultancy services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Dec 20232 years ago
- Submission Deadline
- 26 Jan 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- 2027
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW LIFE (CULTURE & SPORT GLASGOW)
- Contact Name
- Jason Starrs
- Contact Email
- jason.starrs@glasgowlife.org.uk
- Contact Phone
- +44 1412875923
Buyer Location
- Locality
- GLASGOW
- Postcode
- G1 1LH
- 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 East
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-042689-2023-12-18T15:46:08Z",
"date": "2023-12-18T15:46:08Z",
"ocid": "ocds-h6vhtk-042689",
"description": "Additional information Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates or comply with the questions noted in SPD 4D attached at https://www.glasgow.gov.uk/index.aspx?articleid=19621 Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish Glasgow Life to consider withholding is specifically indicated on the FOI Certificate contained in the buyers attachments area within the PCS Tender portal (NB Glasgow Life does not bind itself to withhold this information). Tenderers Amendments - The tenderer must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to this offer. Buyers will be required to complete the tenderers amendment certificate contained in the buyers attachment area within PCS Tender portal. Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to Glasgow Life'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 subcontractors in respect of payments due to any sub-sub-contractors, if any. Buyers will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal. Bidders will be required to complete the Non-Collusion certificate contained in the buyers attachments area within the PCS Tender portal Terms and Conditions are located within Section 3 of the ITT document. https://www.sdpscotland.co.uk/ The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24691. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 C The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24691. 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 questions wil be asked within the technical envelope. (SC Ref:738351)",
"initiationType": "tender",
"tender": {
"id": "CSG005712",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision Of Fire Risk Assessments",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "79417000",
"description": "Safety consultancy services"
},
"mainProcurementCategory": "services",
"description": "Provision Of Fire Risk Assessments.",
"lots": [
{
"id": "1",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "After two years there will be one 12 month extension option to be taken at Glasgow Life's sole discretion."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.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, 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": "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.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "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.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-01-26T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-05-27T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2024-01-26T12:00:00Z"
},
"bidOpening": {
"date": "2024-01-26T12:00:00Z"
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "2027"
}
},
"parties": [
{
"id": "GB-FTS-2584",
"name": "Glasgow Life (Culture & Sport Glasgow)",
"identifier": {
"legalName": "Glasgow Life (Culture & Sport Glasgow)"
},
"address": {
"streetAddress": "38 Albion Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1LH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Jason Starrs",
"telephone": "+44 1412875923",
"email": "jason.starrs@glasgowlife.org.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.glasgowlife.org.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-58979",
"name": "Glasgow Sheriff Court and Justice of the Peace",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G6 9TW",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 141429888",
"email": "glasgow@scotscourt.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-2584",
"name": "Glasgow Life (Culture & Sport Glasgow)"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000738351"
}
],
"language": "en"
}