Tender

Consultation, Design, Manufacture & Installation of Playscape (Burrell Coll

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

18 Feb 2021 at 00:00

Summary of the contracting process

Glasgow City Council is conducting an open tender for the "Consultation, Design, Manufacture & Installation of Playscape" at the Burrell Collection in Glasgow, UK. The procurement, classified under the works category with a total estimated value of £130,000, is currently in the tender stage, with submissions due by 19 March 2021 at 12:00 PM. Interested bidders must submit their tenders electronically through the specified portal, and the contract is expected to last for 300 days following the award decision, which will also be made on 19 March 2021.

This tender presents opportunities for firms specialising in play and recreational area design, construction, and installation, particularly those experienced in creating inclusive and engaging outdoor spaces. Businesses that can demonstrate compliance with financial criteria and relevant insurances, as well as hold Quality Control, Health and Safety, and Environmental Management certifications, will be well-positioned to compete. Successful bidders will also need to provide community benefits as part of their proposal, which can enhance their standing in future tenders.

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

Consultation, Design, Manufacture & Installation of Playscape (Burrell Coll

Notice Description

The Provision of Consultation, Design, Manufacture & Installation of Playscape at Burrell Collection in Glasgow

Lot Information

Lot 1

As part of a new a new visitor experience will, the Burrell Collection wants to create a dynamic and fun Playscape that is accessible and inclusive to all families. The council is looking to appoint a contractor with experience of consultation, design, manufacture and installation of playscapes on a similar size and scale. The Playscape will be visibly attractive, provoking fascination and will enhance the relationship between the Burrell Collection and the landscape. It will provide an external activity that is close to the building for families with early-years children.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000640550
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB407193
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

37 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories

43 - Machinery for mining, quarrying, construction equipment

45 - Construction work


CPV Codes

37535200 - Playground equipment

43325000 - Park and playground equipment

45112723 - Landscaping work for playgrounds

Notice Value(s)

Tender Value
£130,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Feb 20215 years ago
Submission Deadline
19 Mar 2021Expired
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
Margaret Palmer
Contact Email
margaret.palmer@glasgow.gov.uk
Contact Phone
+44 1412876403

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

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-r6ebe6-0000640550-2021-02-18T00:00:00Z",
    "date": "2021-02-18T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000640550",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-73",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Margaret Palmer",
                "email": "margaret.palmer@glasgow.gov.uk",
                "telephone": "+44 1412876403",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-68",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerk's Office, PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-73"
    },
    "tender": {
        "id": "GCC005054CPU",
        "title": "Consultation, Design, Manufacture & Installation of Playscape (Burrell Coll",
        "description": "The Provision of Consultation, Design, Manufacture & Installation of Playscape at Burrell Collection in Glasgow",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "37535200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "43325000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 130000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-03-19T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-03-19T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB407193",
                "documentType": "contractNotice",
                "title": "Consultation, Design, Manufacture & Installation of Playscape (Burrell Coll",
                "description": "The Provision of Consultation, Design, Manufacture & Installation of Playscape at Burrell Collection in Glasgow",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB407193",
                "format": "text/html"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "As part of a new a new visitor experience will, the Burrell Collection wants to create a dynamic and fun Playscape that is accessible and inclusive to all families. The council is looking to appoint a contractor with experience of consultation, design, manufacture and installation of playscapes on a similar size and scale. The Playscape will be visibly attractive, provoking fascination and will enhance the relationship between the Burrell Collection and the landscape. It will provide an external activity that is close to the building for families with early-years children.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 300
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2021-03-19T12:00:00Z",
            "address": {
                "streetAddress": "Glasgow UK"
            },
            "description": "Category Manager"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in relation to Minimum Turnover, Trading Performance, Balance Sheet Strength and Current Liquidity in order to participate in the tendering process: - - Minimum Turnover Applicants require a Minimum Turnover level equivalent to Contract Value. - Trading Performance Ratio An overall positive outcome on pre-tax profits over a 3-year period. Exceptional items occurring in the normal course of business can be excluded from calculation. The above would be expressed in the ratio Pre- tax Profits/Turnover. - Balance Sheet Strength Net worth of the organisation must be positive at the time of the evaluation, and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Asset figure. The above would be expressed in the ratio Total Assets/Total Liabilities. The above ratios and minimum turnover requirements should be calculated on last set of accounts filed at Companies House. For non-UK Companies, ratios and minimum turnover should be calculated on information contained in the most recent audited accounts. Applicants who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period during 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. Where the applicant is a group of economic operators (such as a consortium), at least one of the members of that group must demonstrate compliance with minimum financial requirements. Glasgow City Council also requires assurance regarding current liquidity of the bidding company. The bidder may provide a Letter of Comfort from its own bank to satisfy the above financial requirement. Glasgow City Council would also be prepared to consider other documentation that provided evidence that the bidder had adequate financial resources to undertake the contract 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": "Insurance Requirement Insurance of the Works, Materials etc, Existing Structures, Third Party Liability and Products Liability and Liability of Employer Your attention is drawn to the fact that insurances will be provided by the Employer, under a Construction Phase Insurance Programme comprised of the following coverage elements: - Construction (Works) \"All Risks\" - Existing Structures - Terrorism - Third Party Liability and Products Liability - Liability of Employer (Non-Negligence Liability) Further details will be provided at a later date. You shall not procure, or cause to be procured, any insurance cover in respect of the risks covered by the insurances provided by the Employer, unless specifically instructed in writing by the Employer to do so, and such risks shall be excluded from any insurance provided, or held, by you in relation to the Works. In consideration of the insurances provided by the Employer, you must reflect the resulting premium cost savings under your own insurances in the prices and/or rates charged for the Works. The Employer shall become responsible for the payment of the premium direct to their appointed insurance consultants, Willis Limited. Your attention is particularly drawn to the fact that the Employer arranged insurances will not provide cover in respect of loss of or damage to temporary buildings and contents therein, constructional plant and equipment owned or hired by you or any sub-contractor. Unless otherwise specified, the Employer procured insurances will name the Contractor, sub-contractors of any tier and the Employer as insured parties. Any claims under such insurances will be dealt with in accordance with an agreed claims procedure which will be available from the Employer on request at a later date. The provision of insurances by the Employer is without prejudice to, and does not in any way affect or reduce, the responsibilities and liabilities of the appointed Contractor and/or sub-contractors whether assumed under the terms of contract(s) for the Works, or otherwise. Subject to any terms of contract(s) for the Works to the contrary, the appointed Contractor and/or sub-contractors will retain full responsibility for uninsured losses (including excesses) under the Employer provided insurances and will not be entitled to recover in settlement of claims thereunder more than is paid by the Insurer(s). Please note you are still required to provide: - insurances which you are contractually obligated to procure, e.g. Professional Indemnity Insurance - Insurances required by law, e.g. Employers Liability Insurance. Employer's Liability The Bidder shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION (10,000,000) POUNDS STERLING in respect of any one event and unlimited in the period. Glasgow City Council also requires that the successful bidder retain a sufficient level of Professional Indemnity Insurance required to cover any services to be performed within the scope of the contract 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) POUNDS STERLING in respect of any one claim and in the aggregate. 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. No organisation may sub-let or sub-contracts any part of the commission unless the sub-contractor is similarly insured, except with the Council's express permission in writing. 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 this ITT that the specified insurance will be obtained"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "45112723",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Re SPD 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 'ESPD Statements' doc 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 buyers attachments area 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 Buyers Attachment area within the 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 Buyers Attachments area within PCS Tender portal. Non - Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Buyers Attachments 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 and the SPD Statements document. Applicants must ensure they read these in line with this contract notice. Minimum Community Benefits points required is 15 NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=640550. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Minimum Community Benefit Points (CBP) Required = 15cbp The outcomes may be chosen from any of the Themes available on the Menu. (SC Ref:640550)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000640550"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}