Contract notice
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Section I: Contracting
authority
I.1) Name and addresses
Glasgow Life (Culture & Sport Glasgow)
38 Albion Street
Glasgow
G1 1LH
UK
Contact person: Billy Robertson
Telephone: +44 7741082218
E-mail: Billy.Robertson@glasgowlife.org.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgowlife.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287
I.2) 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:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
Framework Agreement for Fitness Equipment Supply, Installation and Business Development Partnership Re-advertised
Reference number: CSG005188
II.1.2) Main CPV code
37440000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Company invites tender bids for the framework for the Provision of the Supply, Delivery and Installation of Fitness Equipment. The contract duration is for 3 years, commencing in April 2022 and ending in April 2025 with the option to extend the contract for a period of up to 12 months.
II.1.5) Estimated total value
Value excluding VAT:
3 100 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Cardio, Fixed Strength, Cable Based, and Air Resistance
II.2.2) Additional CPV code(s)
37440000
51121000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
The Company invites Tender bids for the Supply, Delivery, Installation and Service of Fitness Equipment based on outright purchase and on a leased basis for Lot 1. Lot 1 has been split into two sub lots, sub lot 1.1 and sub lot 1.2 and is made up of 4 sections, Cardio, Fixed Strength, Cable Based, and Air Resistance. The Company will award sub lot 1.1 and 1.2 to sole Suppliers.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 65
Price
/ Weighting:
35
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is also the option to extend the framework agreement for up to 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 2
II.2.1) Title
Plate Loaded, Free Weights and Lifting Platforms
II.2.2) Additional CPV code(s)
37442500
51121000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
The Company invites Tender bids for the Supply, Delivery, Installation and Service of Fitness Equipment based on outright purchase for Lot 2. The Company will award Lot 2 to a maximum of 3 suppliers.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 45
Price
/ Weighting:
55
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is also the option to extend the framework agreement for up to 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 3
II.2.1) Title
Group Cycling Equipment
II.2.2) Additional CPV code(s)
37440000
51121000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
The Company invites Tender bids for the Supply, Delivery, Installation and Service of Fitness Equipment based on outright purchase and on a leased basis for Lot 3. Lot 3 has been split into two sub lots, sub lot 3.1 and sub lot 3.2. The Company will award sub lots 3.1 and 3.2 to sole Suppliers.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is also the option to extend the Framework Agreement for up to 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 4
II.2.1) Title
Fitness Accessories & Products
II.2.2) Additional CPV code(s)
37440000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
The Company invites Tender bids for the Supply, Delivery, Installation and Service of Fitness Equipment based on outright purchase for Lot 4. The Company will award Lot 4 to a maximum of 3 suppliers.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is also the option to extend the Framework Agreement for up to 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 5
II.2.1) Title
Digital Technology
II.2.2) Additional CPV code(s)
48000000
37440000
51121000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
The Company invites Tender bids for the provision of Digital Technology based on outright purchase for Lot 5. The Company will award Lot 5 to a maximum of 3 suppliers.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is also the option to extend the framework agreement for up to 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 6
II.2.1) Title
AV, Audio and Studio Streaming
II.2.2) Additional CPV code(s)
32321200
32321300
37440000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
The Company invites Tender bids for the Supply, Delivery, Installation and Service of AV, Audio and Studio Streaming Equipment based on outright purchase for Lot 6. The Company will award Lot 6 to a maximum of 3 suppliers.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is also the option to extend the framework agreement for up to 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 7
II.2.1) Title
Maintenance and Service of Existing Equipment
II.2.2) Additional CPV code(s)
37440000
45212290
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
The Company invites Tender bids for the Maintenance and Service of Existing Fitness Equipment for Lot 7. The Company will award Lot 7 to a maximum of 3 suppliers.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is also the option to extend the framework agreement for up to 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 8
II.2.1) Title
Fitness Flooring
II.2.2) Additional CPV code(s)
45432100
45432114
44112210
45431100
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
The Company invites Tender bids for the Supply, Delivery, and Installation of Fitness Flooring based on outright purchase for Lot 8. Lot 8 has been split into six sub lots, sub lot 8.1, 8.2, 8.3, 8.4, 8.5, and 8.6. The Company will award sub lots 8.1, 8.2, 8.3, 8.4, 8.5, and 8.6 to a maximum of 2 suppliers per sub lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is also the option to extend the framework agreement for up to 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 9
II.2.1) Title
Functional Training Rigs
II.2.2) Additional CPV code(s)
37440000
51121000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
The Company invites Tender bids for the Supply, Delivery, Installation and Service of Fitness Equipment based on outright purchase for Lot 9. The Company will award Lot 9 to a maximum of 3 suppliers.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 55
Price
/ Weighting:
45
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is also the option to extend the framework agreement for up to 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
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:
4B Economic & Financial Standing
This section seeks to assess Bidders Economic and Financial Standing as well as the ability to meet The Company’s minimum Insurance requirements as set out below and included within the Contract Notice.
Financial Check
In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted: -
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 Liquidity
There is also a further requirement regarding Current Liquidity, which can be met by a Letter of Comfort from the bank of the Bidder (see below)
Trading Performance Ratio
An overall positive outcome on pre-tax profits over a 3-year period
Exceptional items can be excluded from calculation
Balance Sheet strength
Net worth of the organisation must be positive at the time of evaluation
Intangibles can be included for purposes of the Total Assets figure.
The above would be expressed in the ratio Total Assets/Total Liabilities
Liquidity Ratios
Current Ratio
Current Assets/Current Liabilities
Leverage Ratio
Long-term Debt/Net Worth
Applicants must achieve a score of 5 and above from a combination of above two liquidity ratios
Scoring Method
Current Ratio
Range Score
0.00 to 0.80 0
0.81 to 0.90 1
0.91 to 1.00 2
1.01 to 1.10 3
1.11 to 1.20 4
1.21 and above 5
Leverage Ratio
0.01 to 19.99 5
20.00 to 39.99 4
40.00 to 59.99 3
60.00 to 79.99 2
80.00 to 100.00 1
Intangibles can be included for purposes of the Net Worth figure.
The above ratios should be calculated on last set of accounts filed at Companies House
For non-UK companies, ratios should be calculated on information contained in the most recent audited accounts.
Applicants must not be the subject of an insolvency process.
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 Company reserves the right, at its own discretion, to seek such other information from the Bidder
in accordance with Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 20
IV.1.8) Information about 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:
21/01/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
20/05/2022
IV.2.7) Conditions for opening of tenders
Date:
21/01/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20280. 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 detailed below
Examples of this could include but not limited to:
1. Provision of equipment / re-conditioned to local community groups /schools
2. Support of local community events
3. Support the Company Customer focussed events and challenges to raise awareness of the benefits provided by Health and Fitness.
4. Support International and National events
5. Providing Careers advice and talks to Young People
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:676515)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of Peace Court
1 Carlton Place
Glasgow
G5 9TW
UK
VI.5) Date of dispatch of this notice
09/12/2021