Tender

GCC006358CPU - Fixed Machinery Rewire and Electrical Upgrade

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

13 Aug 2025 at 00:00

Summary of the contracting process

The tender process initiated by Glasgow City Council is currently in the tender stage, seeking bids for an Electrical Rewiring and Control Systems Upgrade on legacy fixed machine tools used within School Design & Technology departments. The project, titled "GCC006358CPU - Fixed Machinery Rewire and Electrical Upgrade," falls under the general public services industry category and will serve multiple school sites across Glasgow, specifically within the UKM82 region. Key dates for this procurement include a closing bid date on 12th September 2025, with an immediate award start on the same day. The open procedure has been selected for this procurement, allowing for electronic submissions through the Public Contracts Scotland portal.

This tender represents a significant business growth opportunity, especially for companies specialising in electrical engineering and machinery renovation. Suitable candidates will be those with the expertise in adherence to the IET Wiring Regulations BS7671 18th Edition, holding relevant qualifications and registrations with bodies like NICEIC or SELECT. Companies capable of managing extensive supply chains and ensuring on-time payment to subcontractors are well-positioned for this contract. Engaging in such a project not only promises substantial financial benefit but also bolsters the reputation of firms as key contributors to the enhancement of educational infrastructure in Glasgow, aligning with community benefit requirements set by Glasgow City Council.

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

GCC006358CPU - Fixed Machinery Rewire and Electrical Upgrade

Notice Description

The council invites tender bids for the Electrical Rewiring and Control Systems Upgrade in a variety of legacy fixed machine tools used within School Design & Technology departments. This includes, but may not be limited to, fixed machine tools such as morticing machines, grinders, power hacksaws and centre lathes.

Lot Information

Lot 1

The requirement for Electrical Rewiring and Control Systems Upgrade has been identified in a number of legacy machine tools which remain mechanically serviceable but where the internal wiring, control systems and electrical contractors are in need of modernisation due to age related factors. This requirement remains in schools throughout all geographical areas of the city. In total there are 31 different sites made up from 30 mainstream secondary schools and 1 Additional Support for Learning (ASL) schools.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000806359
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG536952
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website 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

50 - Repair and maintenance services


CPV Codes

50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment

Notice Value(s)

Tender Value
£121,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Aug 20256 months ago
Submission Deadline
12 Sep 2025Expired
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
Not specified
Contact Email
alyshah.ali@glasgow.gov.uk
Contact Phone
+44 7385392147

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

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG536952
    GCC006358CPU - Fixed Machinery Rewire and Electrical Upgrade - The council invites tender bids for the Electrical Rewiring and Control Systems Upgrade in a variety of legacy fixed machine tools used within School Design & Technology departments. This includes, but may not be limited to, fixed machine tools such as morticing machines, grinders, power hacksaws and centre lathes.

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-r6ebe6-0000806359-2025-08-13T00:00:00Z",
    "date": "2025-08-13T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000806359",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-101",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "Alyshah.Ali@glasgow.gov.uk",
                "telephone": "+44 7385392147",
                "url": "https://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-48",
            "name": "Glasgow Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9TW"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-101"
    },
    "tender": {
        "id": "GCC006358CPU",
        "title": "GCC006358CPU - Fixed Machinery Rewire and Electrical Upgrade",
        "description": "The council invites tender bids for the Electrical Rewiring and Control Systems Upgrade in a variety of legacy fixed machine tools used within School Design & Technology departments. This includes, but may not be limited to, fixed machine tools such as morticing machines, grinders, power hacksaws and centre lathes.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 121000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2025-09-12T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2025-09-12T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG536952",
                "documentType": "contractNotice",
                "title": "GCC006358CPU - Fixed Machinery Rewire and Electrical Upgrade",
                "description": "The council invites tender bids for the Electrical Rewiring and Control Systems Upgrade in a variety of legacy fixed machine tools used within School Design & Technology departments. This includes, but may not be limited to, fixed machine tools such as morticing machines, grinders, power hacksaws and centre lathes.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG536952",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The requirement for Electrical Rewiring and Control Systems Upgrade has been identified in a number of legacy machine tools which remain mechanically serviceable but where the internal wiring, control systems and electrical contractors are in need of modernisation due to age related factors. This requirement remains in schools throughout all geographical areas of the city. In total there are 31 different sites made up from 30 mainstream secondary schools and 1 Additional Support for Learning (ASL) schools.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2025-09-12T12:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "1. Implementation Plan-project timescales. Timescales are as per information submitted by the service provider in the Technical Questionnaires document. 100 percent target to be achieved as per the project timelines. 2. Non - conformances in relation to service provided which does not meet original specification. The quality of the service being provided shall be monitored by the council, of which, issues shall be notified to the supplier using the non-conformance process stated in 4.15 of the ITT. The supplier must respond back to the council within 24 hours detailing remedial action which shall be a KPI being measured. Target to be achieved is the number of times a non-conformance is responded to late should be no more than 3 times in a 12-month period."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "All electrical upgrade work undertaken as part of this contract must conform to the relevant provisions as set out within the following- (i) Requirements for Electrical Installations - IET Wiring regulations BS7671 18th Edition (ii) Health and Safety for design and technology departments in educational and similar establishments - Code of Practice BS4163-2021 (iii) Building Bulletin 81 - Design and Technology Accommodation in Secondary Schools The supplier being awarded and all persons undertaking this contract must be qualified to BS 7671-2018 (2018) 18th Edition - minimum or equivalent. All persons undertaking this contract must hold a current membership of a UKAS accredited registration scheme operated by NICEIC or SELECT or an equivalent body."
                },
                {
                    "type": "economic",
                    "description": "Glasgow City Council's Insurance Requirements are- 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) 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) 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) 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 EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council 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 this ITT that the specified insurance will be obtained. 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. Glasgow City Council 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": "If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of- a) their standard payment terms b)more than 95 percent of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. Please note that if bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they are required to confirm yes-no to this question. Those bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice are required to provide the evidence for points (a) and (b), or if they are unable to do so, the completed improvement plan, against the relevant question within the Technical Envelope of this Master ITT. The template improvement plan has been provided within the Buyer Attachments area. Examples of acceptable evidence include- 1. UK Government Published Payment Practice Reports 2. Accounts Payable Report 3. Payment Performance Statement Signed by External Auditor 4. Credit Score - Credit Report Provider 5. Accounts Payable Ratio Additional guidance in relation to the types of acceptable evidence can be found on the Supplier Journey website, at: https://www.supplierjourney.scot/prompt-payment/what-do-i-need-do-prompt-payment"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "50532000",
            "scheme": "CPV"
        },
        "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.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Health and Safety - bidders must complete and return the H&S questionnaire found in the Buyers Attachments area of the tender portal. The tender award certificate pack must be completed and certificates should be upload to the tender portal. The certificates included within this pack include the following- Freedom of Information, Non-Collusion certificate, Prompt Payment Certificate and the Goods Vehicle Operating Licensing Certificate. In addition, the following document must be completed- 1. Tenderer's Amendments Certificate- bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained within the Technical Envelope within PCS Tender portal. 2. Insurance Mandate- All successful suppliers will be required to sign an Insurance Mandate, contained in the Technical Envelope within the PCS Tender portal 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 suppliers at any point during the contract period. 3. Professional Integrity Certificate. Terms and Conditions are located within the buyers attachments area within the PCS Tender portal. Additional information pertaining to this contract notice is contained within the Invitation to Tender documentation, situated within the buyers attachments area of PCS-T. Tenderers must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29858. 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 has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 60. (SC Ref:806359)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000806359"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}