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
360K
Sector
ENVIRONMENT
Published
27 Mar 2026
Delivery
To 27 Apr 2030 (est.)
Deadline
27 Apr 2026 12:00

Related Terms

Location

UK, Glasgow

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

The Council would like to invite tender bids for the provision of services for the Annual Safety Inspection, Maintenance, and Repair of Physical Education and Outdoor Play Equipment within all Glasgow City Council’s Education establishments (including gymnasiums, playgrounds, soft play areas, games halls, sports halls, Multi Use Games Areas (MUGA) and fitness suites) and Community Gyms. The Framework Agreement is expected to run for 4 years.

Total Quantity or Scope

The Council requires to appoint a sole supplier to provide all elements of this contract.

Award Criteria

Fair Work First 5.0
Methodology of Approach to the Requirement 14.0
Key Personnel 4.0
Training/Future Technology 4.0
Complaints/Non-Conformance 4.0
Sustainability 4.0
PRICE 65.0

CPV Codes

  • 50870000 - Repair and maintenance services of playground equipment
  • 45212290 - Repair and maintenance work in connection with sports facilities
  • 71631000 - Technical inspection services

Indicators

  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are not available.
  • Financial restrictions apply.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.
  • Award on basis of price.

Other Information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control, Health and Safety and Environmental Management Standards or comply with all the questions noted in SPD Section 4D. Please refer to the ‘SPD Statements’ doc within the Invitation to Tender document. Health & Safety – applicants must complete and return the H&S questionnaire within the Buyers Attachment area within PCS-T. Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate found in the Technical Envelope within PCS-T. (NB the council does not bind itself to withhold this information). Tenderers Amendments - Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate found in the Technical Envelope within PCS-T. Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Non – Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Technical Envelope within PCS-T. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the Buyers Attachments area of the tender portal. Additional information pertaining to this contract notice is contained within the Invitation To Tender Document. If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31508 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: Mandatory Community benefits are included in this requirement. For more information refer to Section 5 of the Invitation to Tender document situated within the Buyers Attachment area of PCS-T. (SC Ref:827673)

Reference

  • FTS 028699-2026

Domains