The council invites tender bids for the provision of compute and storage services. This procurement will be conducted via the Public Contracts Scotland-Tender portal (PCS-T).
The contract is expected to run for an Initial Term of approximately 69 months. The council will have an option to extend the contract for periods of up to 60 months (in total) which will be exercised by the council serving notice on the Bidder in accordance with the council’s Terms and Conditions.
The estimated value of this contract over the maximum permitted duration of 129 months (69 plus up to 60) is expected to be within the range of 80,000,000 GBP to 110,000,000 GBP.
TUPE may apply to this contract.
Please refer to the Procurement Documents contained within PCS-T for full details relating to this opportunity.
The council invites tender bids for the provision of track hoist systems including the supply, delivery, installation, removal, storage, recondition, servicing and repair.
This tender will support the delivery of the managed service provided by the council for track hoist systems to the following geographical areas: -
Glasgow City Council, East Dunbartonshire Council, West Dunbartonshire Council, South Lanarkshire Council, Renfrewshire Council, East Renfrewshire Council, Council, Stirling Council, Falkirk Council, Clackmannanshire Council, and NHS Greater Glasgow and Clyde.
The council are continuing to develop the track hoist systems managed service and reserve the right to add additional geographical areas through the lifetime of the contract.
As part of this service there is a requirement for the storage and reconditioning of equipment which has been removed in readiness for re-installation to a new location.
The successful supplier will require to access the store service asset register system ELMS2 via the supplier specific login details provided by the store service asset management team.
ELMS2 is a modular software solution that supports the efficient management of community equipment services and currently being utilised by the store service management team in relation to storing of service and repair data including location history of all the equipment relating to this contract
The council invites tender bids for the provision of Taxi and Private Vehicle Hire for the purposes of transporting employees, clients and customers of the Council and other external organisations as detailed in 4.2 within this document.
Please note the successful Supplier(s) will also be responsible for various ancillary services such as providing services for children, vulnerable adults and associated escorts (which the council shall arrange).
The framework agreement is expected to run for 4 years, commencing on 2nd September 2024 and ending on 1st September 2028.
Lots
The tender has been allocated into two separate lots and they are as follows:
Lot 1 – Scheduled and Unscheduled Work commencing within Glasgow Boundary
Lot 2 – Unscheduled commencing out with Glasgow Boundary
The contract location is 76-80 Southwark Street, London, SE1 0PN. The property spans two sites which were formerly separate entities and were redeveloped to form a single office building in1971. The original Victorian warehouse structure remains to the eastern portion of the site while that at the western end was constructed in 1971. The property was substantially remodelled and clad in 2001.
The contract works comprise the design, construction, remodelling and refurbishment of the existing office and ancillary plant accommodation at basement, and ground to fourth floor levels. The existing fifth floor level is to be demolished and new fifth and sixth floors will be constructed with new plant and roof terrace above. The building will be substantially rebuilt or reclad to the west, south and part north elevations. New terraces will be formed at fifth and sixth floors to the rear. Internally, the cores are to be rebuilt to provide high quality office plates over basement to sixth floors. The entrance will remain on the corner of Great Guildford and Southwark Streets. New cycle store and plant areas will be provided at basement level, along with a new feature stair linking the office accommodation at ground and basement.
The works to be carried out on the property include but are not limited to the following:
- The main entrance will remain in its current location but be substantially remodelled and refurbished;
- The central core consisting of the main stair and two passenger lifts will be relocated to the northern boundary. This will require new structure to be built at the location of the current single storey area to the north;
- The existing eastern core will be replaced with a new fire fighting core;
- A stair will provide access from basement to ground floor serving the cycle and plant areas;
- A new feature stair will be provided between ground and basement level;
- The existing rendered polystyrene cladding will be removed and replaced with a new blue façade including new bay windows along Great Guildford and Southwark Streets;
- The existing balconies on the northern façade will be removed and new private terraces will be formed at fifth and sixth floors;
- The existing fifth floor level is to demolished and a new fifth and sixth floors will be constructed with new plant and roof terrace above; and,
- Internal fabric and services will be replaced.
Glasgow City Council as administering authority for Strathclyde Pension FundScotlandWAC-79120
Providers of the Locality and Intensive Family Support Services will support the aims and objectives of the Services by:
- Providing holistic, nurturing and relationship-based family support, where every child and young person is supported to achieve their full potential by adopting a strengths-based and rights-enabling approach that focuses on individual and family assets.
- Supporting meaningful partnership working and collaborative problem solving by seeing families as experts in their own lives.
- Listening to what families are saying, what they say they need and how they want to achieve it, and work in partnership with them to identify supports and solutions that can help.
- Working with children, young people, their parents, brothers and sisters, and wider family members as appropriate, to provide practical and emotional support. This will include tailored intervention with holistic, wraparound scaffolding and provision of timely, responsive, and flexible supports to meet the individual needs of the whole family.
- Committing to tackling financial exclusion and viewing families’ pressures and stressors through a poverty and trauma-informed lens, contributing to reducing social inequalities and helping families to connect with supports within their neighbourhoods.
- Building on individual and family community networks, supporting long-term resilience and meaningful change to improve wellbeing and deliver positive, lasting outcomes for families that will allow them to confidently move on from the service.
- Being empathic and enabling, by asking, ‘What will it take to keep this family together?’ and ‘What can I do to support this family today?’
- Providing support to every child, young person, and family to help them contribute positively to their communities throughout their lives.
- Continuing to develop the service collaboratively with stakeholders and in particular by embedding the successful elements of the current service into a model of practice.
This framework contract will run for four (4) years, commencing 28/06/2024 and ending on 27/06/2028. The council will have an option to extend the contract for a period of two (2) years and then also a further one (1) year, up to 27/06/2031. Extensions will be exercised by the Council serving notice to extend on the Bidder in accordance with the Council’s Terms and Conditions.
The Council invites new Bidders, or those Bidders who were not previously successful in being awarded to any part of the original 2019 Framework/2021 Break Point Re-opening, or who wish to apply for a new Framework category not previously awarded, to participate in this final break point opportunity, to tender for the provision of one or more of the following categories of care:
Care and Support (including Technology Enabled Care and Support, Day Opportunities and Employability Supports and Short Breaks (Respite).
Bidders seeking to join the Framework at this 'break point' opportunity, will as a minimum, be required to meet all of the qualifying criteria as laid out in the tender documentation and will be strictly limited to providing services under Option 2 of the SDS Act, where
Service Users or their Proxies only, will be able to choose those Providers awarded; using a non-ranked alphabetical list created for this purpose.
The Council will not use the successfully awarded Applicants under Option 3 of the SDS Act.
*Social Care (Self-directed Support) (Scotland) Act 2013
*The estimated value as included as part of this PIN notice is the estimated value of the overall framework agreement and its 5 year +1, +1 lifespan effective from 01/02/2019.
Glasgow City Council invites bids for the Assessment and Orientation Support in Accommodation for Young Unaccompanied Asylum Seekers aged 16 and over service.
This Service will provide 24 hour accommodation and support to 34 young unaccompanied asylum seekers who are new arrivals that have self-presented in Glasgow or come via a Home Office Resettlement Programme. Young unaccompanied asylum seekers will come from diverse backgrounds and have diverse needs. A key aim of the service will be to assist young people to move on to longer term accommodation of their own, as quickly as possible.
The council requires courier services to pick up and drop off prepared meals and related sundry products from a number of preparation kitchens to a variety of venues across Glasgow. The supplier will collect and deliver readymade meals and associated menu products from council premises within the boundaries of Glasgow City. Drivers must collect the empty food trays from each establishment and return to the original collection venue either on the same day or the next calendar day.
The council invited tender bids from organisations providing justice services to join the Glasgow Justice Framework. The main objective of all services to be provided through the framework is to provide safer and stronger communities.
The contract is expected to run for three years, commencing 22nd December 2023 and ending on 21st December 2026. The council will have an option to extend the contract on all Lots for a period of up to one year based on satisfactory service review outcomes in accordance with the council’s Terms and Conditions.
Lot 1 Community Sentencing – 2 Providers
Lot 2 Tenancy Sustainment
Lot 3 Accommodation with Support - Female
Lot 4 Specialist Services
Lot 5 Purchased Justice Services Delivered in the Community
The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units.
The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Storage Scheme. This will include the supply, installation, management, and maintenance of new secure cycle shelters.
The supplier shall be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires.
There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027.
The objective of this procurement exercise is to appoint a Supplier to provide the Provision of Supply (leasing), Delivery, Installation inclusive of maintenance, annual Pressure Systems Safety Regulation (PSSR) 2000, Ad-hoc Repairs-Service of Hot Beverage Machines and Hot Beverage Consumables
This will include the supply, delivery, installation and ongoing maintenance, regulated annual checks, ad hoc service-repairs and hot beverage consumables.
Re ESPD Questions 4D.1,4D1.1,4D1.2,4D2,4D2.1 and 4D2.2; applicants must hold the certificates for Qual. Control,H&S and Environ Mng. Standards or comply with all the questions noted in ESPD Sect. 4D. Please refer to the 'ESPD Statements Document' uploaded to the buyers attach. area on PCS-T.
Freedom of Info. Act-Information on the FOI Act is contained in Append. A of the ITT. Applicants must note the implications of this legislation and ensure that any info they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the buyers attach. area within the PCST portal (NB the council does not bind itself to withhold this info).Tenderers Amendments- Applicants must enter any clause,condition,amendment to specification or any other quals they may wish to make conditional to this offer. Applicants will be req’d to complete the tenderers amend. certificate that is contained within the buyers attach. area within PCST ortal.Prompt Payment -The successful tenderer shall,as a condition of being awarded the tender,be req’d 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 min.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 sub-contractors in respect of payments due to any sub-sub-contractors,if any. Applicants will be req’d to complete the prompt payment certificate contained in the buyers attach. area within PCST portal.Non Collusion -Applicants will be req’d to complete the Non Collusion certificate contained in the buyers attach. area within the PCS Tender portal.Insurance Mandate-All successful suppliers will be req’d to sign an Insurance Mandate,contained in the buyers attach. area within the PCS Tender portal authorising the Council to request copies of insurance docs 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.Draft T&C’s are located within the buyers attach. area within the PCST portal.Additional info pertaining to this contract notice is contained in the ITT and ESPD statement documents situated within the buyers attach. area of PCS-T. Bidders must ensure they read these docs in line with this contract notice.
(SC Ref:810743)
The soluble compliant school hot chocolate supplied and delivered to all secondary school premises must comply in all respects with the relevant provisions of law, as amended, governing the quality of products for human consumption and labelling as follows -
(i) Food Safety Act 1990
(ii) The Food Hygiene (Scotland) Regulations 2006
(iii) The General Food Regulations 2004
(iv) The Food Information (Scotland) Regulations 2014 as amended
The compliant Regulated specification for the soluble hot chocolate is detailed below-
The hot chocolate must be compliant with the Nutritional Requirements for Food and Drink in Schools (Scotland) Regulations 2020 Schedule 2 Part1 Section 15 (f).
Consumables containing sugar or fat provided by the successful Supplier must comply with the nutritional guidance contained within the Nutritional Requirements for Food and Drink in Schools Regulations (Scotland) 2020 as detailed below:
Lower fat milk drinks containing no more than 0.5g of free sugar per 100ml
No more than 5g of total sugar per 100ml
No more than 1.8g of total fat per 100ml
Please note - It is the Glucose Syrup or Dried Glucose Syrup in the ingredients of the vast majority of Hot Chocolate that would count as added sugar, and thus would contravene the Regulations.
The council is seeking to appoint a single supplier to support the councils managed service and to undertake the supply, delivery, installation, removal, storage, recondition, repair, servicing for stair lifts and access lifts.
The successful supplier will require to cover the following geographical areas:
East Dunbartonshire Council, West Dunbartonshire Council, South Lanarkshire Council, Renfrewshire Council, East Renfrewshire Council, North Ayrshire Council, Angus Council, Stirling Council, Falkirk Council, Clackmannanshire Council, Scottish Borders Council and Dumfries and Galloway Council, and NHS Greater Glasgow and Clyde. The council are continuing to develop the stairlift and access lift managed service and reserve the right to add additional geographical areas through the lifetime of the contract.
The purpose of this tender exercise is to appoint a number of individual providers, each operating under a multi-lot framework agreement for the Provision of Legal Services.
The lots included are:
Lot 1 - Employment
Lot 2 - Corporate
Lot 3 - General Litigation
Lot 4 - Children and Families
Lot 5 - Property
Lot 6 - Construction
The service required is the provision of a full range of legal services to the Council either on an ad hoc basis as individual projects are instructed. The finalised Framework Agreement will be used to complement the Council’s internal Legal Services Department where expertise and/or additional resource is required externally.