Tender

GCC006403CPU - The Supply, Delivery, Installation and Commissioning of Re-circulatory Local Exhaust Ventilation Systems

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

17 Sep 2025 at 00:00

Summary of the contracting process

Glasgow City Council is overseeing a procurement process under the tender ID GCC006403CPU, for the supply, delivery, installation, and commissioning of 43 re-circulatory local exhaust ventilation systems intended for secondary schools in Glasgow. The tender, classified under the industry category of General Public Services, has entered the active stage of procurement using an open procedure. Key dates to note include a tender submission deadline on 17 October 2025 at 12:00 PM, with the award period commencing immediately afterwards. Interested parties are required to submit their bids electronically through the specified submission portal. This opportunity is specifically situated in the UKM82 region, consistent with the operations of the Glasgow City Council.

The tender represents a valuable opportunity for businesses specializing in ventilation systems and educational infrastructure projects to expand their market presence by collaborating with a major local authority. It requires bidders to demonstrate suitable qualifications and experience, specifically targeting organisations that can deliver on quality assurance, health and safety, and environmental management standards. Companies capable of providing comprehensive solutions—encompassing supply, installation, and maintenance services—will be particularly well-suited to compete for this contract valued at £150,000. By participating, businesses can benefit from further establishing themselves within the public procurement landscape, enhancing their portfolio with a noteworthy project that contributes to community and environmental benefits.

How relevant is this notice?

Notice Information

Notice Title

GCC006403CPU - The Supply, Delivery, Installation and Commissioning of Re-circulatory Local Exhaust Ventilation Systems

Notice Description

Glasgow City council inviting suitably qualified and experienced Bidders to submit bids for the supply, delivery, installation and commissioning of 43 x re-circulatory local exhaust ventilation systems for use within secondary schools.

Lot Information

Lot 1

Glasgow City Council is inviting suitably qualified and experienced Bidders to submit bids for the supply, delivery, installation and commissioning of 43 x re-circulatory local exhaust ventilation systems for use within secondary schools.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000809698
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP539365
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery


CPV Codes

42520000 - Ventilation equipment

Notice Value(s)

Tender Value
£150,000 £100K-£500K
Lots Value
£150,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Sep 20252 months ago
Submission Deadline
17 Oct 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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Not specified
Contact Email
kara.gillen@glasgow.gov.uk
Contact Phone
+44 1412872000

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=SEP539365
    GCC006403CPU - The Supply, Delivery, Installation and Commissioning of Re-circulatory Local Exhaust Ventilation Systems - Glasgow City council inviting suitably qualified and experienced Bidders to submit bids for the supply, delivery, installation and commissioning of 43 x re-circulatory local exhaust ventilation systems for use within secondary schools.

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-r6ebe6-0000809698-2025-09-17T00:00:00Z",
    "date": "2025-09-17T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000809698",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-76",
            "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": "Kara.Gillen@glasgow.gov.uk",
                "telephone": "+44 1412872000",
                "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-49",
            "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-76"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000809698",
        "title": "GCC006403CPU - The Supply, Delivery, Installation and Commissioning of Re-circulatory Local Exhaust Ventilation Systems",
        "description": "Glasgow City council inviting suitably qualified and experienced Bidders to submit bids for the supply, delivery, installation and commissioning of 43 x re-circulatory local exhaust ventilation systems for use within secondary schools.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 150000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2025-10-17T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2025-10-17T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP539365",
                "documentType": "contractNotice",
                "title": "GCC006403CPU - The Supply, Delivery, Installation and Commissioning of Re-circulatory Local Exhaust Ventilation Systems",
                "description": "Glasgow City council inviting suitably qualified and experienced Bidders to submit bids for the supply, delivery, installation and commissioning of 43 x re-circulatory local exhaust ventilation systems for use within secondary schools.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP539365",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Glasgow City Council is inviting suitably qualified and experienced Bidders to submit bids for the supply, delivery, installation and commissioning of 43 x re-circulatory local exhaust ventilation systems for use within secondary schools.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
                "status": "active",
                "value": {
                    "amount": 150000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 390
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2025-10-17T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "1. On time delivery of the services as detailed in the finalised programme of works agreed during contract mobilisation. 2.No defects or rework required following the installation and commissioning of the LEV System 3. All invoices to be submitted accurately"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "As stated in the ITT document, 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 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 Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
                    "minimum": "Glasgow City Council's Insurance Requirements are: Employer's Liability The organisation/consultant shall take out and maintain throughout the period of the Framework 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 the Framework 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 the Framework 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."
                },
                {
                    "type": "technical",
                    "description": "Bidders are asked to provide two relevant examples of services carried out during the last three years.",
                    "minimum": "The weighting will be out of 100% with 50% attributed to each example. A minimum pass mark of 60% out of 100% is required overall for this question. Any Bidder who fails to achieve the minimum score for this question will be excluded at this stage."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "42520000",
            "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": "Bidders must hold certificates for Quality Assurance, Health and Safety and Environmental Management Standards or comply with all questions noted in SPD Section 4D. Health & Safety - bidders 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. Tenderers 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 Technical Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information). Tenderers Amendments - 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. 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 sub-contractors in respect of payments due to any sub-sub-contractors, if any. Tenderers will be required to complete the prompt payment certificate contained in the Technical Envelope within PCS Tender portal. Non-Collusion - Tenderers will be required to complete the Non-Collusion certificate contained in the Technical Envelope within the PCS Tender portal. 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. 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 29786. 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:809698)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000809698"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}