Back to tenders & grants page
Framework Agreement for Fitness Equipment Supply, Installation and Business Development Partnership Re-advertised Information Technology, Construction & Engineering, Paper, Wood & Furniture, Machinery & Equipment Framework Agreement for Fitness Equipment Supply, Installation and Business Development Partnership Re-advertised
Receive Tenders like this by email

Framework Agreement for Fitness Equipment Supply, Installation and Business Development Partnership Re-advertised

Framework Agreement for Fitness Equipment Supply, Installation and Business Development Partnership Re-advertised has been closed on 21 Jan 2022. It no longer accepts any bids. For further information, you can contact the Glasgow Life (Culture & Sport Glasgow)

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

Glasgow Life (Culture & Sport Glasgow)

Industry:

Information Technology

Construction & Engineering

Paper, Wood & Furniture

Machinery & Equipment

Status:

Closed

Timeline

Published:

09 Dec 2021

Deadline:

21 Jan 2022

Value:

Not available

Contacts

Name:

Billy Robertson

Phone:

+44 7741082218

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC435285

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: [email protected]

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


Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more