91ÃÛÌÒÊÓÆµ

Construction Tenders

03 May 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 9th Apr 2025

Tender Details
Referenceocds-h6vhtk-04ff6f
Common Procurement VocabularyRepair and maintenance services of audio equipment
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 9th Apr 2025

Tender Details
Referenceocds-h6vhtk-04ff6f
Common Procurement VocabularyRepair and maintenance services of audio equipment
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Glasgow Life (Culture & Sport Glasgow)

38 Albion Street

Glasgow

G1 1LH

Contact

Jason Starrs

Email

jason.starrs [at] glasgowlife.org.uk

Telephone

+44 1412875923

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

The provision of Disposal, Supply, Installation and Maintenance of a new Performance P.A System for Glasgow Royal Concert Hall.

Reference number

CSG006189

II.1.2) Main CPV code

  • 50342000 - Repair and maintenance services of audio equipment

II.1.3) Type of contract

Services

II.1.4) Short description

The provision of Disposal, Supply, Installation and Maintenance of a new Performance P.A System for Glasgow Royal Concert Hall.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 48952000 - Public address systems

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow Royal Concert Hall.

II.2.4) Description of the procurement

The provision of Disposal, Supply, Installation and Maintenance of a new Performance P.A System for Glasgow Royal Concert Hall.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria

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 2 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 a full sets of accounts

for the most recent year filed, in order for the two 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 2 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 Life 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

Minimum level(s) of standards possibly required

Employers (Compulsory) Liability Insurance - Bidder shall take out and maintain, throughout the period of their services, Employer’s

Liability insurance to the value of at least TEN MILLION POUNDS STERLING 10,000,000 GBP in respect of any one claim and unlimited

in the period.

Public Liability Insurance - Bidder shall take out and maintain, throughout the period of their services, Public Liability insurance to the

value of at least FIVE MILLION POUNDS STERLING 5,000,000 GBP in respect of any one claim and unlimited in the period.

Product Liability - Bidder shall take out and maintain, throughout the period of their services, Product Liability insurance to the value

of at least FIVE MILLION POUNDS STERLING 5,000,000 GBP in respect of any one claim and unlimited in the period.

Motor Insurance -Bidder shall take out and maintain, throughout the period of their services, at least statutory motor insurance cover as per the Road Traffic Act 1988 (All Categories).The Supplier shall ensure that their motor insurance cover includes ‘special-types vehicle cover’ to include the use of any forklifts for delivery.

Professional Indemnity Insurance - Bidder shall take out and maintain throughout the period of their services , Professional Indemnity insurance to the value of a minimum ONE MILLION POUNDS STERLING 1,000,000 GBP 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 by The Company and any organisation shall not sub-let or sub-contract any part of the commission unless

the sub-contractor is similarly insured, unless The Company 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 the SPD that


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

9 May 2025

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 5 September 2025

IV.2.7) Conditions for opening of tenders

Date

9 May 2025

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28617. For more information see:

Community benefits are included in this requirement. For more information see:

A summary of the expected community benefits has been provided as follows:

Within award criteria.

(SC Ref:792057)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace

1 Carlton Place

Glasgow

G6 9TW

Email

glasgow [at] scotscourt.gov.uk

Telephone

+44 141429888

Country

United Kingdom