Notice Information
Notice Title
Floodlight Reactive Maintenance and Repair Services Including Floodlight Upgrade Services
Notice Description
The Company invites tender bids for the Provision of Floodlight Reactive Maintenance and Repair Services including Floodlight Upgrade Services. The tender has been split into two separate lots and they are as follows: - Lot 1 Floodlight Reactive Maintenance and Repair Services - Lot 2 Floodlight Upgrade Services Bidders may bid for one lot, both lots or the most appropriate lot that is within their capacity and capability.
Lot Information
Floodlight Upgrade Services
Lot Two - Floodlight Upgrade Services The detailed specification of the supply of the services and details of estimated demand is provided in Section 4 included as part of the Invitation to Tender.
Renewal: The Company will have the option to extend the contract for a period of up to 24 months, at 12-month intervals which will be exercised at the sole discretion of The Company serving notice on the Bidder in accordance with The Company's Terms and Conditions.
Floodlight Reactive Maintenance and Repair ServicesLot One - Floodlighting Reactive Maintenance and Repair Services The detailed specification of the supply of the services and details of estimated demand is provided in Section 4 of the Invitation to Tender.
Renewal: The Company will have the option to extend the contract for a period of up to 24 months, at 12-month intervals which will be exercised at the sole discretion of The Company serving notice on the Bidder in accordance with The Company's Terms and Conditions.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000717451
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC467371
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract 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
31 - Electrical machinery, apparatus, equipment and consumables; lighting
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
31518100 - Floodlights
79993000 - Building and facilities management services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Dec 20223 years ago
- Submission Deadline
- 24 Jan 2023Expired
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW LIFE (CULTURE & SPORT GLASGOW)
- Contact Name
- Billy Robertson
- Contact Email
- billy.robertson@glasgowlife.org.uk
- Contact Phone
- +44 7741082218
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 Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC467371
Floodlight Reactive Maintenance and Repair Services Including Floodlight Upgrade Services - The Company invites tender bids for the Provision of Floodlight Reactive Maintenance and Repair Services including Floodlight Upgrade Services. The tender has been split into two separate lots and they are as follows: - Lot 1 Floodlight Reactive Maintenance and Repair Services - Lot 2 Floodlight Upgrade Services Bidders may bid for one lot, both lots or the most appropriate lot that is within their capacity and capability.
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-r6ebe6-0000717451-2022-12-20T00:00:00Z",
"date": "2022-12-20T00:00:00Z",
"ocid": "ocds-r6ebe6-0000717451",
"initiationType": "tender",
"parties": [
{
"id": "org-35",
"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"
},
"contactPoint": {
"name": "Billy Robertson",
"email": "Billy.Robertson@glasgowlife.org.uk",
"telephone": "+44 7741082218",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgowlife.org.uk"
}
},
{
"id": "org-36",
"name": "Glasgow Sheriff Court and Justice of Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow Life (Culture & Sport Glasgow)",
"id": "org-35"
},
"tender": {
"id": "CSG005363",
"title": "Floodlight Reactive Maintenance and Repair Services Including Floodlight Upgrade Services",
"description": "The Company invites tender bids for the Provision of Floodlight Reactive Maintenance and Repair Services including Floodlight Upgrade Services. The tender has been split into two separate lots and they are as follows: - Lot 1 Floodlight Reactive Maintenance and Repair Services - Lot 2 Floodlight Upgrade Services Bidders may bid for one lot, both lots or the most appropriate lot that is within their capacity and capability.",
"status": "active",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "31518100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "2"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "31518100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2023-01-24T12:00:00Z"
},
"awardPeriod": {
"startDate": "2023-01-24T12:00:00Z"
},
"documents": [
{
"id": "DEC467371",
"documentType": "contractNotice",
"title": "Floodlight Reactive Maintenance and Repair Services Including Floodlight Upgrade Services",
"description": "The Company invites tender bids for the Provision of Floodlight Reactive Maintenance and Repair Services including Floodlight Upgrade Services. The tender has been split into two separate lots and they are as follows: - Lot 1 Floodlight Reactive Maintenance and Repair Services - Lot 2 Floodlight Upgrade Services Bidders may bid for one lot, both lots or the most appropriate lot that is within their capacity and capability.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC467371",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "Floodlight Upgrade Services",
"description": "Lot Two - Floodlight Upgrade Services The detailed specification of the supply of the services and details of estimated demand is provided in Section 4 included as part of the Invitation to Tender.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Company will have the option to extend the contract for a period of up to 24 months, at 12-month intervals which will be exercised at the sole discretion of The Company serving notice on the Bidder in accordance with The Company's Terms and Conditions."
}
},
{
"id": "1",
"title": "Floodlight Reactive Maintenance and Repair Services",
"description": "Lot One - Floodlighting Reactive Maintenance and Repair Services The detailed specification of the supply of the services and details of estimated demand is provided in Section 4 of the Invitation to Tender.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Company will have the option to extend the contract for a period of up to 24 months, at 12-month intervals which will be exercised at the sole discretion of The Company serving notice on the Bidder in accordance with The Company's Terms and Conditions."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2023-01-24T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Financial Check 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 with Companies House. Trading Performance An overall positive outcome on EBITDA earnings over a 3-year period. Exceptional items can be excluded from the calculation. The above would be expressed in the ratio EBITDA/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, The Company 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. The internal procedure of each bank is different, therefore it is difficult for The Company to be definitive, as to the precise wording of the Letter of Comfort, but the undernoted wording should provide an example of the broad requirements of the Letter: - 'I can confirm that the above company holds an account with this bank and has been a customer of the bank since (Date). The account has always been maintained in a satisfactory manner, and the customer has always complied with our operational requirements. The customer currently has credit balances of (Amount), and as such has sufficient liquidity to undertake the contract with The Company, at the value and duration we believe the contract to be at. Finally, I am obliged to state that the Bank is not a Credit Reference Agency, and the response above, cannot be relied upon as such' If the pandemic has had an adverse effect on the latest set of accounts filed with Companies House, The Company 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 Company 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."
},
{
"type": "technical",
"description": "Bidders are required to provide three examples of similar nature services within the last three years which demonstrate they have the relevant experience required to undertake this contract. This will be assessed on a pass and fail basis. Bidders who fail will not be taken forward in the evaluation process. It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health and Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health and Safety Policy and is required to do so, The Company may exclude the Bidder from the competition."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-05-24T00:00:00Z"
}
},
"classification": {
"id": "79993000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23127. 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: The Company is committed to maximising Community Benefits from procurement activity. This will be achieved through the inclusion of specific clauses within procurement contracts known as Community Benefits clauses. Community Benefit clauses are requirements which deliver wider benefits in addition to the core purpose of a contract. These clauses can be used to build a range of economic, social, or environmental conditions into the delivery of contracts. Examples of the categories and types of benefits are - - Sponsorship of local organisation - Mentoring - Contractors offering support and guidance to local organisations and individuals - Provide career night / event within local school, provide career information on the industry to interested individuals - Sponsorship of a local sports team or community event - Donation of materials and / or labour to support a local community project - Offer weekly or monthly work experience placement to a nominated school pupil or Council apprentice - Hold a workshop or event in a school, college, or community group Please provide a detailed statement which must include: a) details of the Community Benefits you will provide as part of this contract b) what resource (staff responsible) will you use to ensure successful delivery c) detailed commitment to the approach, including how you will monitor to track successful delivery of each of the Community Benefits you wish to deliver; and d) how you will update the Company on progress (SC Ref:717451)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000717451"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}