Tender

GCC006130CPU - Inspection, Maintenance and Repair of Stage Lighting in Primary and Secondary Schools

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

23 Aug 2024 at 08:47

Summary of the contracting process

Glasgow City Council is inviting tenders for the inspection, maintenance, and repair of stage lighting in primary and secondary schools. The council seeks a service provider to handle both planned and reactive repairs, including emergency repairs. The procurement process is currently at the tender stage, with an end date for tender submissions of 23rd September 2024 at 12:00 PM. The overall value of the contract is £200,000, and the contract period is slated to last for 1440 days. The procurement falls under the CPV category 50300000, which includes services related to the repair and maintenance of personal computers, office equipment, telecommunications, and audio-visual equipment. This opportunity is open to companies that meet the financial, technical, and suitability criteria outlined in the Invitation to Tender (ITT) documentation.

This tender presents various growth opportunities for businesses specialising in audio-visual equipment maintenance and repairs. Suitable candidates must be financially stable, technically proficient, and preferably members of NICEIC or SELECT. Companies experienced in similar projects and capable of delivering high-quality services within stringent timelines will find this contract advantageous for expanding their portfolio and reputation. The contract requires a commitment to community benefit points, promoting broader societal advantages alongside business growth. Additionally, electronic ordering, invoicing, and payment options streamline administrative processes, making it an attractive opportunity for well-organised and efficient service providers.

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

GCC006130CPU - Inspection, Maintenance and Repair of Stage Lighting in Primary and Secondary Schools

Notice Description

Glasgow City Council is looking to appoint a Service Provider to manage and conduct the inspection, testing, planned maintenance and reactive repairs (including emergency call out repairs) of stage lighting within the council's primary and secondary schools.

Lot Information

Lot 1

Glasgow City Council is looking to appoint a Service Provider to manage and conduct the inspection, testing, planned maintenance and reactive repairs (including emergency call out repairs) of stage lighting within the council's primary and secondary schools.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04934c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026972-2024
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

32 - Radio, television, communication, telecommunication and related equipment

50 - Repair and maintenance services


CPV Codes

32321200 - Audio-visual equipment

50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment

50340000 - Repair and maintenance services of audio-visual and optical equipment

Notice Value(s)

Tender Value
Not specified
Lots Value
£200,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Aug 20241 years ago
Submission Deadline
23 Sep 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Kara Gillen
Contact Email
kara.gillen@glasgow.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
GLASGOW
Postcode
G5 9DA
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
Southside Central
Westminster Constituency
Glasgow East

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-04934c-2024-08-23T09:47:58+01:00",
    "date": "2024-08-23T09:47:58+01:00",
    "ocid": "ocds-h6vhtk-04934c",
    "description": "Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control, Health and Safety and Environmental Management Standards or comply with all the questions noted in SPD Section 4D. Please refer to the 'SPD Statements' within the Invitation to Tender document. Health & Safety - applicants 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. Applicants 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 Qualification Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information). Applicants will be required to complete the FOI certificate at ITT stage. 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 contained in the Qualification Envelope within the PCS tender portal (at ITT stage). 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 subcontractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate contained in the Qualification Envelope area within PCS Tender portal. Non - Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Qualification Envelope area within the tender portal. Insurance Mandate - 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 and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the Buyers Attachments area of the tender portal. Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the SPD. When the Request for Documentation is made, Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Invitation To Participate/Tender documents. Applicants must ensure they read in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26970. 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 Benefit Points (CBP) Required for this project = 15 The outcomes may be chosen from any of the Themes available on the community benefits menu. (SC Ref:774591)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04934c",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "GCC006130CPU - Inspection, Maintenance and Repair of Stage Lighting in Primary and Secondary Schools",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50300000",
            "description": "Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment"
        },
        "mainProcurementCategory": "services",
        "description": "Glasgow City Council is looking to appoint a Service Provider to manage and conduct the inspection, testing, planned maintenance and reactive repairs (including emergency call out repairs) of stage lighting within the council's primary and secondary schools.",
        "lots": [
            {
                "id": "1",
                "description": "Glasgow City Council is looking to appoint a Service Provider to manage and conduct the inspection, testing, planned maintenance and reactive repairs (including emergency call out repairs) of stage lighting within the council's primary and secondary schools.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "value": {
                    "amount": 200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32321200",
                        "description": "Audio-visual equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50340000",
                        "description": "Repair and maintenance services of audio-visual and optical equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Bidders must be registered members of either NICEIC or SELECT",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "As stated in the ITT document and the contract notice, 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 Companies that are only required to file abbreviated accounts, must submit full sets of accounts for the last two individual years filed, in order for the three 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 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 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. 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.",
                    "minimum": "As stated in the ITT document and the contract notice, Glasgow City Council's insurance requirements for this tender are as follows: Employer's Liability The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Products Insurance The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate. Professional Indemnity The organisation/consultant shall take out and maintain throughout the period of their services and for a further 6 years on completion of their service, Professional Indemnity insurance to the value of a minimum ONE MILLION (1,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Bidders to provide 2 relevant examples of services carried out during the last three years as specified in the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided) Two examples must demonstrate the experience and skills of your company on projects of a similar scale and nature. Each example must include the following information but not be limited to: An overview of the contract including : - Full scope of the contract and the service supplied - Customer name - Duration of contract - Contract value",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "1. All planned maintenance inspections to be carried out on the dates agreed upon contract mobilisation. 2. All non-operational equipment must be repaired within 48 hours. 3. All reports provided in the agreed format to relevant persons within the timelines set out within this tender. 4. All invoices to be submitted accurately",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-09-23T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2024-09-23T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-09-23T12:00:00+01:00"
        },
        "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-122612",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Kara Gillen",
                "email": "kara.gillen@glasgow.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.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-122613",
            "name": "Glasgow Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-122612",
        "name": "Glasgow City Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000774591"
        }
    ],
    "language": "en"
}