Framework for the Provision of Inspection, Maintenance and Repair of Physical Education Equipment, Outdoor Equipment and Play Areas

A Tender Notice
by GLASGOW CITY COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£480K
Sector
ENVIRONMENT
Published
28 Jan 2022
Delivery
To 08 May 2026 (est.)
Deadline
28 Feb 2022 12:00

Concepts

Location

Glasgow

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Glasgow City Council would like to invite Tender bids for the Framework for the Provision of Inspection, Maintenance and Repair of Physical Education Equipment, Outdoor Equipment and Play Areas

Total Quantity or Scope

Glasgow City Council would like to invite tender bids for the Inspection, Maintenance and Repair of Physical Education and Outdoor Play Equipment. This involves one annual safety inspection at various establishments within Education Services and community gymnasiums and any required/agreed repairs and maintenance works.

Renewal Options

This Framework will run for 2 years. The Council will have the option to extend for 12 months and an option to extend for up to an additional 15 months which will consist of a 12 Month extension and up to 3 Month demobilisation/mobilisation period, exercised by the Council serving notice on the supplier in accordance with the Council's Terms and Conditions.

Award Criteria

Process 17
Personnel 5
Unscheduled Call Outs 4
Sustainability 4
Fair Work Practices 5
price 65

CPV Codes

  • 50870000 - Repair and maintenance services of playground equipment
  • 45236290 - Repair work on recreational areas
  • 37400000 - Sports goods and equipment

Indicators

  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Health & Safety – Bidders must complete the Health & Safety Questionnaire as part of their submission response. The Questionnaire will be evaluated pass or fail. 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 42048. 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-pr... A summary of the expected community benefits has been provided as follows: Bidders must offer a minimum of 25 points worth of Community Benefits from the Community Benefits Menu. Bidders must review the Community Benefits Menu and indicate the type and volume of any Community Benefits outcomes which they propose to deliver through this contract. The outcomes offered must meet the minimum Community Benefits points required for the contract. (SC Ref:675409)

Reference

Domains