Contract Award Notice (below OJEU threshold) or call off from a framework (any value)
Results of the procurement procedure
Section I: Contracting
authority
I.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
UK
Contact person: James Cook
Telephone: +44 1412876429
E-mail: james.cook@glasgow.gov.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgow.gov.uk
I.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
Telephone: +44 1294310000
E-mail: procurement@North-Ayrshire.gov.uk
NUTS: UKM93
Internet address(es)
Main address: http://www.north-ayrshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.1) Name and addresses
South Lanarkshire Council
Council Headquarters, Almada Street
Hamilton
ML3 0AA
UK
Telephone: +44 1698454184
E-mail: procurement_service@southlanarkshire.gov.uk
NUTS: UKM95
Internet address(es)
Main address: http://www.southlanarkshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
I.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
UK
Telephone: +44 1415745750
E-mail: procurement@eastdunbarton.gov.uk
Fax: +44 1415745529
NUTS: UKM81
Internet address(es)
Main address: http://www.eastdunbarton.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
I.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Telephone: +44 3003000300
E-mail: cpu@renfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.renfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
UK
Telephone: +44 1415773669
E-mail: ercprocurement@eastrenfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.eastrenfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
I.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
UK
Telephone: +44 1389737000
E-mail: Corporate.Procurement@west-dunbarton.gov.uk
NUTS: UKM81
Internet address(es)
Main address: http://www.west-dunbarton.gov.uk/business/suppliers/procurement/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
I.1) Name and addresses
NHS Greater Glasgow and Clyde
Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Glasgow
G4 0SF
UK
Telephone: +44 1412114646
E-mail: support@ggcprocurementcustomerservices.zendesk.com
NUTS: UKM82
Internet address(es)
Main address: https://www.nhsggc.org.uk/about-us/procurement/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
I.1) Name and addresses
Falkirk Council
Municipal Buildings, West Bridge Street
Falkirk
FK1 5RS
UK
Telephone: +44 1324506566
E-mail: pcu@falkirk.gov.uk
NUTS: UKM76
Internet address(es)
Main address: http://www.falkirk.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
I.2) Joint procurement
The contract involves joint procurement
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply, Delivery Installation, Removal, Storage, Recondition, Repair and Servicing of Track Hoist System (Ceiling Track Hoists, Gantry Frame Hoists and Portable Track Hoists) and Slings
Reference number: GCC005407CPU - PCS_T Project _15109
II.1.2) Main CPV code
42416300
II.1.3) Type of contract
Supplies
II.1.4) Short description
The supply, delivery, installation, removal, recondition, repair and servicing of track hoist systems including ceiling track hoists, gantry frame hoists and portable track hoists as well as slings to dwellings within the local authority geographical area. This is a managed service being provided by the council and the successful bidder will require to provide the service to the Equipu Partnership and other local authorities.
Equipu Partnership: - South Lanarkshire Council, East Dunbartonshire Council, Renfrewshire Council, East Renfrewshire Council , West
Dunbartonshire Council, Glasgow City Council and NHS Greater Glasgow and Clyde.
Other Local Authorities: - Falkirk Council and North Ayrshire Council. The successful bidder will be required to provide a full supply, delivery, installation and removal service, for track hoist systems including ceiling track hoists, gantry frame hoists and portable track hoists and slings. This will also include the storage and reconditioning of
removed equipment to the agreed standard for future installation as required. Provide servicing and a repair service which shall include an Out of Hours Service for track hoist systems including ceiling track hoists, gantry frame hoists and portable track hoists located within dwellings within the local authority geographical areas.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 912 500.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
33192600
51511100
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow,UK
II.2.4) Description of the procurement
The supply, delivery, installation, removal, recondition, repair and servicing of track hoist systems including ceiling track hoists, gantry frame hoists and portable track hoists as well as slings to dwellings within the local authority geographical area.
This is a managed service being provided by the council and the successful bidder(s) will require to provide the
service to the Equipu Partnership and other local authorities.
Equipu Partnership: - South Lanarkshire Council, East Dunbartonshire Council, Renfrewshire Council, East Renfrewshire Council , West Dunbartonshire Council, Glasgow City Council and NHS Greater Glasgow and Clyde.
Other Local Authorities: - Falkirk Council and North Ayrshire Council.
The successful bidder will be required to provide a full supply, delivery, installation and removal service, for track hoist systems including ceiling track hoists, gantry frame hoists and portable track hoists and slings. This will also include the storage and reconditioning of
removed equipment to the agreed standard for future installation as required. Provide servicing and a repair service which shall include an Out of Hours Service for track hoist systems including ceiling track hoists, gantry frame hoists and portable track hoists located within
dwellings within the local authority geographical areas.
II.2.5) Award criteria
Quality criterion: Contract Delivery
/ Weighting: 15
Quality criterion: Business Continuity
/ Weighting: 4
Quality criterion: Equipment Recycling
/ Weighting: 6
Quality criterion: Repairs and Warranties
/ Weighting: 5
Quality criterion: Innovation
/ Weighting: 2
Quality criterion: Training
/ Weighting: 8
Quality criterion: Environmental
/ Weighting: 3
Quality criterion: Fair Work Practices
/ Weighting: 5
Price
/ Weighting:
52
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
II.2.14) Additional information
Economic operators may be excluded from the competition if they are in any of the situations referred to in regulation 58 of the Public
Contract (Scotland)Regulations 2015
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
Contract No: GCC005407CPU
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/08/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Prism UK Medical Ltd
Unit 4 Jubilee Business Park,, Jubilee Way, Grange Moor
Wakefield
WF4 4TD
UK
Telephone: +44 1924840100
Fax: +44 8449802267
NUTS: UKE
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 912 500.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
SPD Questions 4D.1, 4D.1.1, 4D.1.2 4D2, 4D.2.1 and 4D.2.2; Bidders must hold the certificates for Quality Assurance, Health and
Safety, Environmental Management Standards or comply with all the questions noted in SPD Section 4D.
Please refer to SPD Council Statements Appendix 12, uploaded into the buyer’s attachment area on PCS-T.
Freedom of Information Act – Information on the FOI Act is contained in Appendix A of the ITT. Bidders note the implications of the
legislations and ensure any information they wish the council to consider withholding is specifically indicated on the certificate contained
within the Technical response envelope within the PCS-T portal (The council does not bind itself to withholding this information).
Tenders Amendments Certificate – Bidders must enter any clause, condition, amendment to specification or any other qualification they
may wish to make conditional to this offer in the tenders amendment certificate contained within the Technical response envelope within
the PCS-T portal.
Prompt Payment Certificate – The successful bidder shall as a condition of being awarded to the framework will be required to demonstrate
to the council’s satisfaction that all funds due to the tenderers permitted sub-contractors in respect of these works are paid timeously and
that as a minimum invoices rendered by sub-contractors shall (unless formally disputed by the bidder) be paid within 30 days of receipt.
The successful bidder shall impose this condition on it sub-contractors in respect of payments due to any sub-contractors, if any. Bidders are required to complete the Non Collusion Certificate contained in Technical response area in PCS-T portal.
All suppliers will be required to sign an Insurance Mandate in Technical response envelope within PCS-T portal. If it is not signed and returned the Council reserve the right to request copies of Certificates from bidders at any point during the contract period.
Terms and conditions are located within the buyer’s attachment area with PCS-T portal. Additional information pertaining to this contract notice is contained in the ITT and SPD Council Statements document - Appendix 03
(SC Ref:667144)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court And Justice of the Peace Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
UK
Internet address(es)
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Glasgow City Council("the council") must, by the 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 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 sending 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 contract (Scotland)
Regulation 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 standstill period means the council must not enter into a contract, conclude the framework or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court by the interim order brings to an end to the prohibition. The ringing 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 advise when they consider appropriate to do so.
VI.5) Date of dispatch of this notice
16/09/2021