← Back to opportunities

Glasgow Pool Plant Maintenance

City Building (Glasgow) LLP

Buyer Contact Info

Buyer Name: City Building (Glasgow) LLP

Buyer Address: 350 Darnick Street, Glasgow, UKM82, G21 4BA, United Kingdom

Contact Name: Keith Smith

Contact Email: keith.smith@citybuildingglasgow.co.uk

Contact Telephone: +44 1412871955

Status
active
Procedure
open
Value
2000000.0 GBP
Published
17 Jun 2025, 14:32
Deadline
17 Jul 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
50710000 - Repair and maintenance services of electrical and mechanical building installations
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

City Building requires on behalf of its clients to manage and maintain a range of swimming pools and hydrotherapy pools across the client estate. Within all the swimming pools and hydrotherapy pools City Building is looking to contract with a company who can provide a reactive and planned maintenance regime in-line with the associated filtration systems that are outlined in the tender documents. These facilities are important in the cultural landscape of the city and help to provide:- Improve health and well-being. Learn important skills. Family friendly places. Social interaction. To this end it is essential that City Building contracts with a provider that can fully demonstrate expertise and excellence in the scope required. The successful bidder must understand the requirement for business agility and cost control across the service. The term of the contract will be three years with options to extend by 24 months (1 year plus 1 year)

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: City Building requires on behalf of its clients to manage and maintain a range of swimming pools and hydrotherapy pools across the client estate. Within all the swimming pools and hydrotherapy pools City Building is looking to contract with a company who can provide a reactive and planned maintenance regime in-line with the associated filtration systems that are outlined in the tender documents. These facilities are important in the cultural landscape of the city and help to provide: Improve health and well-being. Learn important skills. Family friendly places. Social interaction. To this end it is essential that City Building contracts with a provider that can fully demonstrate expertise and excellence in the scope required. The successful bidder must understand the requirement for business agility and cost control across the service. The term of the contract will be three years with options to extend by 24 months (1 year + 1 Year). The venues are listed below (please note these may be subject to change and venues added or deleted) Easterhouse (The Bridge) Swimming Pools Castlemilk Leisure Centre swimming Pools Tollcross aquatics Centre Swimming Pools Emirates Arena Vitality Pool Whitehill Swimming Pool Gorbals Leisure Centre Swimming Pools Springburn Leisure Centre Swimming Pools North Woodside Leisure Centre Swimming Pool Pollok Leisure Centre Swimming Pool Bellahouston Leisure Centre Swimming Pools Scotstoun Leisure Centre Swimming Pools Drumchapel Swimming Pools Maryhill Leisure centre Swimming Pools Croftcoin School (Hydrotherapy Pool) Kelbourne School (Hydrotherapy Pool) Keppoch Campus (Hydrotherapy Pool) Currently drained due to major leak. Hazelwood School (Hydrotherapy Pool) Langlands School (Hydrotherapy Pool) Abercorn School (Swimming Pool) Ashcraig / Ashton (Swimming Pool) City Building is also looking to contract with providers who undertake best practice and guidance to adhere to Pool Water Treatment Advisory Group (PWTAG) within the pool plant industry.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Value: GBP 2,000,000

Lot 1 Award Criterion (quality): Quality

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-FTS-2585",
    "name": "City Building (Glasgow) LLP"
  },
  "date": "2025-06-17T15:32:25+01:00",
  "description": "Health and Safety will be assessed on a PASS/FAIL basis - Bidders must hold\nISO18001/ISO450001, or lot specific SSIP or comply with all questions in the Health and\nSafety Questionnaire.\nEnvironmental will be assessed on a PASS/FAIL basis - Bidders must hold ISO14001 or\ncomply with all questions in the Environmental Questionnaire.\nQuality will be assessed on a PASS/FAIL basis - Bidders must hold ISO 9001 or comply\nwith all questions in the Quality Questionnaire.\nFreedom of Information Act - Information on the FOI act is contained in the tender\ndocuments\nInsurance Mandate - Bidders will be asked to sign and return an Insurance Mandate that\nauthorises CBG to request copies of insurance documents from the bidders insurance\nprovider, should the bidder be successful\nNon Collusion - Bidders will be required to complete the Non Collusion Certificate\ncontained within the tender documents.\nAdditional information relevant to this contract opportunity can be found in the tender documents and SPD guidance documents\nThe buyer is using PCS-Tender to conduct this tender exercise. The Project code is 28763.\nFair Work First - This will be scored as 5% in the evaluation. Full details are in the ITT.\nThe Contract is to be placed under, standard form SBCC Measured-Term Contract 2019 edition.\nThe term of the contract will be three years with options to extend by 24 months.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28763. For more information see:\nhttp://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nCommunity benefits are included in this requirement. For more information see:\nhttps://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nCBG is requesting community benefits on a Mandatory basis for this the tender.\nCBG has a strong reputation for social values. At CBG where we are \u201cBuilding a Sustainable Future\u201d, we are providing skills to the\nworkforce of tomorrow and generating true economic and sustainable benefits in our local communities and beyond.\nWe are committed to:\nDelivering lasting employment opportunities to local people, including those with a disability and/or from minority groups.\nEngaging directly with local community groups, organisations and other agencies to ensure we maximise opportunities to improve local\nareas and overall well-being.\n- Combining commercial success with socially and environmentally responsible practices by giving life changing opportunities to those far\nremoved from the labour market.\nOur strong commitment to sustainable development will ensure that we continue to leave positive and lasting legacies for future\ngenerations and inspire transformations in local communities.\nCommunity Benefits will be mandatory on a Pass/Fail basis and will therefore not be evaluated as part of the tender evaluation. Community\nbenefits will therefore be a contractual requirement and form part of the awarded contact.\nBidders must commit to paying 0.5% of the annual income derived from this contract with CBG to Community Benefits the detail of which\nto be determined by CBG, acting reasonably.\n(SC Ref 791998)\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29453. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\n0.5% of contracted spend\n(SC Ref:801267)",
  "id": "033044-2025",
  "initiationType": "tender",
  "language": "en",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801267",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-h6vhtk-054e7d",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Glasgow",
        "postalCode": "G21 4BA",
        "region": "UKM82",
        "streetAddress": "350 Darnick Street"
      },
      "contactPoint": {
        "email": "keith.smith@citybuildingglasgow.co.uk",
        "name": "Keith Smith",
        "telephone": "+44 1412871955",
        "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
      },
      "details": {
        "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11002",
        "classifications": [
          {
            "description": "A subsiduary company of 2 public bodies",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "Maintenance, Construction \u0026 Manufacturing",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.citybuildingglasgow.co.uk"
      },
      "id": "GB-FTS-2585",
      "identifier": {
        "legalName": "City Building (Glasgow) LLP"
      },
      "name": "City Building (Glasgow) LLP",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Glasgow",
        "postalCode": "G5 9DA",
        "streetAddress": "PO Box 23, 1 Carlton Place"
      },
      "id": "GB-FTS-3515",
      "identifier": {
        "legalName": "Glasgow Sheriff Court"
      },
      "name": "Glasgow Sheriff Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2025-07-17T12:00:00+01:00"
    },
    "bidOpening": {
      "date": "2025-07-17T12:00:00+01:00"
    },
    "classification": {
      "description": "Repair and maintenance services",
      "id": "50000000",
      "scheme": "CPV"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "City Building requires on behalf of its clients to manage and maintain a range of swimming pools and hydrotherapy pools across the client estate. Within all the swimming pools and hydrotherapy pools City Building is looking to contract with a company who can provide a\nreactive and planned maintenance regime in-line with the associated filtration systems that are outlined in the tender documents. These\nfacilities are important in the cultural landscape of the city and help to provide:-\nImprove health and well-being.\nLearn important skills.\nFamily friendly places.\nSocial interaction.\nTo this end it is essential that City Building contracts with a provider that can fully demonstrate expertise and excellence in the scope\nrequired. The successful bidder must understand the requirement for business agility and cost control across the service.\nThe term of the contract will be three years with options to extend by 24 months (1 year plus 1 year)",
    "hasRecurrence": true,
    "id": "CBG262",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services of electrical and mechanical building installations",
            "id": "50710000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of mechanical building installations",
            "id": "50712000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of electrical building installations",
            "id": "50711000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services for pumps, valves, taps and metal containers and machinery",
            "id": "50500000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of machinery",
            "id": "50530000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services for non-electrical machinery",
            "id": "50531000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of electrical machinery, apparatus and associated equipment",
            "id": "50532000",
            "scheme": "CPV"
          },
          {
            "description": "Equipment for swimming pools",
            "id": "43324100",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance of plant",
            "id": "45259000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM82"
          }
        ],
        "deliveryLocation": {
          "description": "Glasgow"
        },
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "30",
              "name": "Quality",
              "type": "quality"
            },
            {
              "description": "70",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 1080
        },
        "description": "City Building requires on behalf of its clients to manage and maintain a range of swimming pools and hydrotherapy pools across the client\nestate. Within all the swimming pools and hydrotherapy pools City Building is looking to contract with a company who can provide a\nreactive and planned maintenance regime in-line with the associated filtration systems that are outlined in the tender documents. These\nfacilities are important in the cultural landscape of the city and help to provide:\nImprove health and well-being.\nLearn important skills.\nFamily friendly places.\nSocial interaction.\nTo this end it is essential that City Building contracts with a provider that can fully demonstrate expertise and excellence in the scope\nrequired. The successful bidder must understand the requirement for business agility and cost control across the service.\nThe term of the contract will be three years with options to extend by 24 months (1 year + 1 Year).\nThe venues are listed below (please note these may be subject to change and venues added or deleted)\nEasterhouse (The Bridge) Swimming Pools\nCastlemilk Leisure Centre swimming Pools\nTollcross aquatics Centre Swimming Pools\nEmirates Arena Vitality Pool\nWhitehill Swimming Pool\nGorbals Leisure Centre Swimming Pools\nSpringburn Leisure Centre Swimming Pools\nNorth Woodside Leisure Centre Swimming Pool\nPollok Leisure Centre Swimming Pool\nBellahouston Leisure Centre Swimming Pools\nScotstoun Leisure Centre Swimming Pools\nDrumchapel Swimming Pools\nMaryhill Leisure centre Swimming Pools\nCroftcoin School (Hydrotherapy Pool)\nKelbourne School (Hydrotherapy Pool)\nKeppoch Campus (Hydrotherapy Pool) Currently drained due to major leak.\nHazelwood School (Hydrotherapy Pool)\nLanglands School (Hydrotherapy Pool)\nAbercorn School (Swimming Pool)\nAshcraig / Ashton (Swimming Pool)\nCity Building is also looking to contract with providers who undertake best practice and guidance to adhere to Pool Water Treatment\nAdvisory Group (PWTAG) within the pool plant industry.",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The contract will originally for 36 months plus extensions of 1 year + 1 year.\nThis means the contract may be 48 months or 60 months depending on length of extensions.\nAs such there will be a renewal of this contract under a new procurement either in 2028, 2029 or 2030 depending on what renewal options\nare chosen."
        },
        "status": "active",
        "submissionTerms": {
          "electronicCataloguePolicy": "required",
          "variantPolicy": "notAllowed"
        },
        "value": {
          "amount": 2000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "description": "Contract is for 3 years with options to extend by 1 year + 1 year so new procurement exercise would be in 2028, 2029 or 2030 depending\non what extension options are chosen"
    },
    "reviewDetails": "City Building (Glasgow) LLP must, by notice in writing as soon as possible, after the decision has been made,inform all bidders and\ncandidates concerned of its decision to award the contract. City Building (Glasgow) LLP must allow a period of at leastthe relevant\nstandstill 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\nday after that on which the notice is sent, when sent by other means the period is 15 days) to elapse between the date of dispatch of the\nnotice referred to in Regulation 86 of the Public Contract (Scotland) Regulations 2015 \u201cthe Regulations\u201d). CityBuilding(Glasgow) LLP is\nobliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of\nSessionwhere as a consequence of a breach by City Building (Glasgow)LLP, suffers or risks suffering loss or damage. The bringing of\ncourt proceedings during the standstill period means that City Building (Glasgow) LLP must not enter into the contract unless the\nproceedings are determined,discontinued or disposed of; or the court,by interim order, brings to an end the prohibition. The bringing of\ncourt proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations.\nEconomic Operators can write to City Building (Glasgow) LLP seeking further clarification on the notice, to which City Building\n(Glasgow) LLP must respond within 15 days. Economic Operators\nshould be mindful to seek their own independent legal advice when they consider appropriate to do so.",
    "selectionCriteria": {
      "criteria": [
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "List and brief description of conditions:\nAll works shall be carried out in accordance with best practices and shall include all proposed amendments to standard practices prior to the\nrequirement for legal conformity, at the time of formal proposal, principally with regard to the following:\nThe Factories Act.\nThe Health and Safety at Work Act.\nBS 7671:2008 Requirements for Electrical Installations (IEE Wiring Regulations 17th Edition) and all subsequent amendments.\nAll other statutory acts applicable to the works and local amendments or by-laws.\nBritish Standards and EC Directives.\nThe Control of Substances Hazardous to Health (COSHH) Regulations.\nConstruction (Design and Management) Regulations.\nHealth and Safety documents L21, L22, L23, L24, L25.\nWater Supply Regulations.\nControl of Pollution Act 1974 Section 60.\nHSE Approved Code of Practice for Control of Legionella Bacteria in Water Systems ACoP L08.\nHSE Reporting of Injuries, Disease, and Dangerous Occurrences Regulations (RIDDOR).\nWaste Electrical and Electronic Equipment (WEEE) directives.\nEnergy Performance of Buildings Directive (EPBD).\nControl of Asbestos Regulations 2012.\nSwimming Pool Water Treatment and Quality Standards for Swimming Pools and Spas(PWTAG) 2017 [including all recent updates]\nHSG 179 Health and Safety in Swimming Pools",
          "type": "suitability"
        },
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "Bidders must comply with the undernoted financial requirements in order\nto participate in the tendering process:-\nThere is a minimum financial requirement that affects trading performance and balance sheet strength\nFinancial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts\naccounts with Companies House\nTrading Performance\nAn overall positive outcome on pre tax profits over a 3 year period\nExceptional items can be excluded from the calculation.\nThe above would be expressed in the ratio Pre-Tax Profit/Turnover\nBalance Sheet strength\nNet worth of the organisation must be positive at the time of evaluation\nand organisation must not be subject to an insolvency process.\nIntangibles can be included for purposes of the Total Assets figure.\nThe above would be expressed in the ratio Total Assets/Total Liabilities\nCompanies that are only required to file abbreviated accounts, must submit full sets of accounts\nfor the last two individual years filed, in order for the three year profitability requirement to be verified\nAn applicant should have no outstanding issues, with regard to statutory filing\nrequirements with Companies House.\nApplicants who have been trading for less than the 3 years noted above must provide\nevidence that they are complying with the above minimum financial requirements\nfor the period in which they have been trading.\nApplicants who do not comply with the above financial requirements but are part\nof a Group, can provide a Parent Guarantee if the Parent company satisfies the financial\nrequirements stipulated above.\nCity Building (Glasgow) LLP reserves the right, at its own discretion, to seek such other information from the Bidder\nin accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015\nto prove the Bidder\u0027s economic and financial standing.\nThe insurance requirements for this contract are as follows \u2013\nEmployer\u2019s Liability\nThe organisation/consultant shall take out and maintain throughout the period of their services Employer\u2019s Liability insurance to the value\nof at least TEN MILLION (GBP10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period.\nPublic Liability\nThe organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at\nleast TEN MILLION (\"GBP\" 10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period.\nProducts Insurance\nThe organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of\nat least TEN MILLION (\"GBP\"10,000,000) POUNDS STERLING in respect of any one claim and in the aggregate.\nProfessional Indemnity\nThe organisation/consultant shall take out and maintain throughout the period of their services and for a further 6 years on completion of\ntheir service, Professional Indemnity insurance to the value of a minimum TWO MILLION (\"GBP\"2,000,000) POUNDS STERLING in\nrespect of any one claim and in the aggregate",
          "type": "economic"
        },
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "SPD 4C.1.2 Statement [GOODS AND SERVICES ONLY]\nCBG\u2019s guidance for this question is detailed below-\nProvide two relevant examples from within the last five years that demonstrate\nyour organisation has the relevant and necessary skills, expertise, and experience to\ndeliver the service required by CBG.\nFor each relevant example the following information should be provided but is not\nlimited to \u2013\n1. an overview of the contract including customer name, contract start and completion date and contract value.\n2. a thorough and detailed description for each example of the scope of the requirement and service provided by you demonstrating\nexperience in dealing with a contract the same or similar in scope and complexity to the CBG\u2019s requirements.\nYour response to this question should not exceed, for each example, 2 x A4 sides, this page count includes all text (Arial font 11),\nphotographs, figures and diagrams.\nWhere a submission exceeds the maximum number of pages indicated per example, no account will be taken of the content of the pages\nbeyond the maximum.\nWeighting\nThe weighting will be out of 100 with 50% attributed to each example. A minimum\npass mark of 50 out of 100 is required overall for this question. Any bidder who fails\nto achieve the minimum score for this question will be excluded from the process at\nthis stage.\nMinimum level(s) of standards required:\nBidders must score a minimum of 60% in total for question 4C.1.2 question. Any Bidder who fails to achieve the minimum points score\nwill be disqualified.\nSelection Criteria (Quality 30%)\nTotal Technical Weighting\nService Delivery 40%\nStaff Resource 30%\nContract Management 25%\nFair Work First 5%\nFull details will be in the tender documents.",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission",
      "written"
    ],
    "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
    "submissionTerms": {
      "bidValidityPeriod": {
        "durationInDays": 90
      },
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-07-17T12:00:00+01:00"
    },
    "title": "Glasgow Pool Plant Maintenance",
    "value": {
      "amount": 2000000,
      "currency": "GBP"
    }
  }
}