Notice Information
Notice Title
Glasgow Pool Plant Maintenance
Notice Description
City Building requires on behalf of its clients to manage and maintain a range of swimming pools and hydrotherapy pools across the client estate. Within all the swimming pools and hydrotherapy pools City Building is looking to contract with a company who can provide a reactive and planned maintenance regime in-line with the associated filtration systems that are outlined in the tender documents. These facilities are important in the cultural landscape of the city and help to provide:- Improve health and well-being. Learn important skills. Family friendly places. Social interaction. To this end it is essential that City Building contracts with a provider that can fully demonstrate expertise and excellence in the scope required. The successful bidder must understand the requirement for business agility and cost control across the service. The term of the contract will be three years with options to extend by 24 months (1 year plus 1 year)
Lot Information
Lot 1
City Building requires on behalf of its clients to manage and maintain a range of swimming pools and hydrotherapy pools across the client estate. Within all the swimming pools and hydrotherapy pools City Building is looking to contract with a company who can provide a reactive and planned maintenance regime in-line with the associated filtration systems that are outlined in the tender documents. These facilities are important in the cultural landscape of the city and help to provide: Improve health and well-being. Learn important skills. Family friendly places. Social interaction. To this end it is essential that City Building contracts with a provider that can fully demonstrate expertise and excellence in the scope required. The successful bidder must understand the requirement for business agility and cost control across the service. The term of the contract will be three years with options to extend by 24 months (1 year + 1 Year). The venues are listed below (please note these may be subject to change and venues added or deleted) Easterhouse (The Bridge) Swimming Pools Castlemilk Leisure Centre swimming Pools Tollcross aquatics Centre Swimming Pools Emirates Arena Vitality Pool Whitehill Swimming Pool Gorbals Leisure Centre Swimming Pools Springburn Leisure Centre Swimming Pools North Woodside Leisure Centre Swimming Pool Pollok Leisure Centre Swimming Pool Bellahouston Leisure Centre Swimming Pools Scotstoun Leisure Centre Swimming Pools Drumchapel Swimming Pools Maryhill Leisure centre Swimming Pools Croftcoin School (Hydrotherapy Pool) Kelbourne School (Hydrotherapy Pool) Keppoch Campus (Hydrotherapy Pool) Currently drained due to major leak. Hazelwood School (Hydrotherapy Pool) Langlands School (Hydrotherapy Pool) Abercorn School (Swimming Pool) Ashcraig / Ashton (Swimming Pool) City Building is also looking to contract with providers who undertake best practice and guidance to adhere to Pool Water Treatment Advisory Group (PWTAG) within the pool plant industry.
Renewal: The contract will originally for 36 months plus extensions of 1 year + 1 year. This means the contract may be 48 months or 60 months depending on length of extensions. As such there will be a renewal of this contract under a new procurement either in 2028, 2029 or 2030 depending on what renewal options are chosen.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-054e7d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/033044-2025
- 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
43 - Machinery for mining, quarrying, construction equipment
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
43324100 - Equipment for swimming pools
45259000 - Repair and maintenance of plant
50000000 - Repair and maintenance services
50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50530000 - Repair and maintenance services of machinery
50531000 - Repair and maintenance services for non-electrical machinery
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
50710000 - Repair and maintenance services of electrical and mechanical building installations
50711000 - Repair and maintenance services of electrical building installations
50712000 - Repair and maintenance services of mechanical building installations
Notice Value(s)
- Tender Value
- £2,000,000 £1M-£10M
- Lots Value
- £2,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Jun 20258 months ago
- Submission Deadline
- 17 Jul 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Contract is for 3 years with options to extend by 1 year + 1 year so new procurement exercise would be in 2028, 2029 or 2030 depending on what extension options are chosen
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CITY BUILDING (GLASGOW) LLP
- Contact Name
- Keith Smith
- Contact Email
- keith.smith@citybuildingglasgow.co.uk
- Contact Phone
- +44 1412871955
Buyer Location
- Locality
- GLASGOW
- Postcode
- G21 4BA
- 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
- Springburn/Robroyston
- Westminster Constituency
- Glasgow North 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-054e7d-2025-06-17T15:32:25+01:00",
"date": "2025-06-17T15:32:25+01:00",
"ocid": "ocds-h6vhtk-054e7d",
"description": "Health and Safety will be assessed on a PASS/FAIL basis - Bidders must hold ISO18001/ISO450001, or lot specific SSIP or comply with all questions in the Health and Safety Questionnaire. Environmental will be assessed on a PASS/FAIL basis - Bidders must hold ISO14001 or comply with all questions in the Environmental Questionnaire. Quality will be assessed on a PASS/FAIL basis - Bidders must hold ISO 9001 or comply with all questions in the Quality Questionnaire. Freedom of Information Act - Information on the FOI act is contained in the tender documents Insurance Mandate - Bidders will be asked to sign and return an Insurance Mandate that authorises CBG to request copies of insurance documents from the bidders insurance provider, should the bidder be successful Non Collusion - Bidders will be required to complete the Non Collusion Certificate contained within the tender documents. Additional information relevant to this contract opportunity can be found in the tender documents and SPD guidance documents The buyer is using PCS-Tender to conduct this tender exercise. The Project code is 28763. Fair Work First - This will be scored as 5% in the evaluation. Full details are in the ITT. The Contract is to be placed under, standard form SBCC Measured-Term Contract 2019 edition. The term of the contract will be three years with options to extend by 24 months. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28763. 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: CBG is requesting community benefits on a Mandatory basis for this the tender. CBG has a strong reputation for social values. At CBG where we are \"Building a Sustainable Future\", we are providing skills to the workforce of tomorrow and generating true economic and sustainable benefits in our local communities and beyond. We are committed to: Delivering lasting employment opportunities to local people, including those with a disability and/or from minority groups. Engaging directly with local community groups, organisations and other agencies to ensure we maximise opportunities to improve local areas and overall well-being. - Combining commercial success with socially and environmentally responsible practices by giving life changing opportunities to those far removed from the labour market. Our strong commitment to sustainable development will ensure that we continue to leave positive and lasting legacies for future generations and inspire transformations in local communities. Community Benefits will be mandatory on a Pass/Fail basis and will therefore not be evaluated as part of the tender evaluation. Community benefits will therefore be a contractual requirement and form part of the awarded contact. Bidders must commit to paying 0.5% of the annual income derived from this contract with CBG to Community Benefits the detail of which to be determined by CBG, acting reasonably. (SC Ref 791998) The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29453. 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: 0.5% of contracted spend (SC Ref:801267)",
"initiationType": "tender",
"tender": {
"id": "CBG262",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Glasgow Pool Plant Maintenance",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
"mainProcurementCategory": "services",
"description": "City Building requires on behalf of its clients to manage and maintain a range of swimming pools and hydrotherapy pools across the client estate. Within all the swimming pools and hydrotherapy pools City Building is looking to contract with a company who can provide a reactive and planned maintenance regime in-line with the associated filtration systems that are outlined in the tender documents. These facilities are important in the cultural landscape of the city and help to provide:- Improve health and well-being. Learn important skills. Family friendly places. Social interaction. To this end it is essential that City Building contracts with a provider that can fully demonstrate expertise and excellence in the scope required. The successful bidder must understand the requirement for business agility and cost control across the service. The term of the contract will be three years with options to extend by 24 months (1 year plus 1 year)",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "City Building requires on behalf of its clients to manage and maintain a range of swimming pools and hydrotherapy pools across the client estate. Within all the swimming pools and hydrotherapy pools City Building is looking to contract with a company who can provide a reactive and planned maintenance regime in-line with the associated filtration systems that are outlined in the tender documents. These facilities are important in the cultural landscape of the city and help to provide: Improve health and well-being. Learn important skills. Family friendly places. Social interaction. To this end it is essential that City Building contracts with a provider that can fully demonstrate expertise and excellence in the scope required. The successful bidder must understand the requirement for business agility and cost control across the service. The term of the contract will be three years with options to extend by 24 months (1 year + 1 Year). The venues are listed below (please note these may be subject to change and venues added or deleted) Easterhouse (The Bridge) Swimming Pools Castlemilk Leisure Centre swimming Pools Tollcross aquatics Centre Swimming Pools Emirates Arena Vitality Pool Whitehill Swimming Pool Gorbals Leisure Centre Swimming Pools Springburn Leisure Centre Swimming Pools North Woodside Leisure Centre Swimming Pool Pollok Leisure Centre Swimming Pool Bellahouston Leisure Centre Swimming Pools Scotstoun Leisure Centre Swimming Pools Drumchapel Swimming Pools Maryhill Leisure centre Swimming Pools Croftcoin School (Hydrotherapy Pool) Kelbourne School (Hydrotherapy Pool) Keppoch Campus (Hydrotherapy Pool) Currently drained due to major leak. Hazelwood School (Hydrotherapy Pool) Langlands School (Hydrotherapy Pool) Abercorn School (Swimming Pool) Ashcraig / Ashton (Swimming Pool) City Building is also looking to contract with providers who undertake best practice and guidance to adhere to Pool Water Treatment Advisory Group (PWTAG) within the pool plant industry.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 2000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The contract will originally for 36 months plus extensions of 1 year + 1 year. This means the contract may be 48 months or 60 months depending on length of extensions. As such there will be a renewal of this contract under a new procurement either in 2028, 2029 or 2030 depending on what renewal options are chosen."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "50712000",
"description": "Repair and maintenance services of mechanical building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "50500000",
"description": "Repair and maintenance services for pumps, valves, taps and metal containers and machinery"
},
{
"scheme": "CPV",
"id": "50530000",
"description": "Repair and maintenance services of machinery"
},
{
"scheme": "CPV",
"id": "50531000",
"description": "Repair and maintenance services for non-electrical machinery"
},
{
"scheme": "CPV",
"id": "50532000",
"description": "Repair and maintenance services of electrical machinery, apparatus and associated equipment"
},
{
"scheme": "CPV",
"id": "43324100",
"description": "Equipment for swimming pools"
},
{
"scheme": "CPV",
"id": "45259000",
"description": "Repair and maintenance of plant"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "List and brief description of conditions: All works shall be carried out in accordance with best practices and shall include all proposed amendments to standard practices prior to the requirement for legal conformity, at the time of formal proposal, principally with regard to the following: The Factories Act. The Health and Safety at Work Act. BS 7671:2008 Requirements for Electrical Installations (IEE Wiring Regulations 17th Edition) and all subsequent amendments. All other statutory acts applicable to the works and local amendments or by-laws. British Standards and EC Directives. The Control of Substances Hazardous to Health (COSHH) Regulations. Construction (Design and Management) Regulations. Health and Safety documents L21, L22, L23, L24, L25. Water Supply Regulations. Control of Pollution Act 1974 Section 60. HSE Approved Code of Practice for Control of Legionella Bacteria in Water Systems ACoP L08. HSE Reporting of Injuries, Disease, and Dangerous Occurrences Regulations (RIDDOR). Waste Electrical and Electronic Equipment (WEEE) directives. Energy Performance of Buildings Directive (EPBD). Control of Asbestos Regulations 2012. Swimming Pool Water Treatment and Quality Standards for Swimming Pools and Spas(PWTAG) 2017 [including all recent updates] HSG 179 Health and Safety in Swimming Pools",
"appliesTo": [
"supplier"
]
},
{
"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 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 of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. City Building (Glasgow) LLP reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing. The insurance requirements for this contract 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 (GBP10,000,000) 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 TEN MILLION (\"GBP\" 10,000,000) 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 TEN MILLION (\"GBP\"10,000,000) 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 TWO MILLION (\"GBP\"2,000,000) POUNDS STERLING in respect of any one claim and in the aggregate",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPD 4C.1.2 Statement [GOODS AND SERVICES ONLY] CBG's guidance for this question is detailed below- Provide two relevant examples from within the last five years that demonstrate your organisation has the relevant and necessary skills, expertise, and experience to deliver the service required by CBG. For each relevant example the following information should be provided but is not limited to - 1. an overview of the contract including customer name, contract start and completion date and contract value. 2. a thorough and detailed description for each example of the scope of the requirement and service provided by you demonstrating experience in dealing with a contract the same or similar in scope and complexity to the CBG's requirements. Your response to this question should not exceed, for each example, 2 x A4 sides, this page count includes all text (Arial font 11), photographs, figures and diagrams. Where a submission exceeds the maximum number of pages indicated per example, no account will be taken of the content of the pages beyond the maximum. Weighting The weighting will be out of 100 with 50% attributed to each example. A minimum pass mark of 50 out of 100 is required overall for this question. Any bidder who fails to achieve the minimum score for this question will be excluded from the process at this stage. Minimum level(s) of standards required: Bidders must score a minimum of 60% in total for question 4C.1.2 question. Any Bidder who fails to achieve the minimum points score will be disqualified. Selection Criteria (Quality 30%) Total Technical Weighting Service Delivery 40% Staff Resource 30% Contract Management 25% Fair Work First 5% Full details will be in the tender documents.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-07-17T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2025-07-17T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-07-17T12:00:00+01:00"
},
"hasRecurrence": true,
"reviewDetails": "City Building (Glasgow) LLP must, by notice in writing as soon as possible, after the decision has been made,inform all bidders and candidates concerned of its decision to award the contract. City Building (Glasgow) LLP must allow a period of at leastthe 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 notice is sent, when sent by other means the period is 15 days) to elapse between the date of dispatch of the notice referred to in Regulation 86 of the Public Contract (Scotland) Regulations 2015 \"the Regulations\"). CityBuilding(Glasgow) LLP is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Sessionwhere as a consequence of a breach by City Building (Glasgow)LLP, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that City Building (Glasgow) LLP must not enter into the contract 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 City Building (Glasgow) LLP seeking further clarification on the notice, to which City Building (Glasgow) LLP must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
"recurrence": {
"description": "Contract is for 3 years with options to extend by 1 year + 1 year so new procurement exercise would be in 2028, 2029 or 2030 depending on what extension options are chosen"
}
},
"parties": [
{
"id": "GB-FTS-2585",
"name": "City Building (Glasgow) LLP",
"identifier": {
"legalName": "City Building (Glasgow) LLP"
},
"address": {
"streetAddress": "350 Darnick Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G21 4BA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Keith Smith",
"telephone": "+44 1412871955",
"email": "keith.smith@citybuildingglasgow.co.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.citybuildingglasgow.co.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11002",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "A subsiduary company of 2 public bodies"
},
{
"scheme": "COFOG",
"description": "Maintenance, Construction & Manufacturing"
}
]
}
},
{
"id": "GB-FTS-3515",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "PO Box 23, 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-2585",
"name": "City Building (Glasgow) LLP"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801267"
}
],
"language": "en"
}