Construction Tenders

Sat October 19 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 6

Status Active

Published 13th Dec 2023

Tender Details
Referenceocds-h6vhtk-03eb65
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£1,200,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 6

Status Active

Published 13th Dec 2023

Tender Details
Referenceocds-h6vhtk-03eb65
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£1,200,000

The closing date and time has been changed to:

15 January 2024, 12:00pm

See the change notice.

Section I: Contracting authority

I.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Contact

Jay Mansfield

Email

jay.mansfield [at] glasgow.gov.uk

Telephone

+44 1412872000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

I.2) Information about 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/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply & Delivery of Small Plant Equipment Spares, Maintenance and Repair Services

Reference number

GCC005466CPU

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

Glasgow City Council are seeking to appoint a Framework of suppliers for the Supply & Delivery of Spare parts and Services for Plant Equipment.

II.1.5) Estimated total value

Value excluding VAT: £1,200,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Ground Maintenance – Spare Parts & Services

Lot No

1

II.2.2) Additional CPV code(s)

  • 50530000 - Repair and maintenance services of machinery
  • 16000000 - Agricultural machinery
  • 16100000 - Agricultural and forestry machinery for soil preparation or cultivation
  • 03000000 - Agricultural, farming, fishing, forestry and related products
  • 16400000 - Spraying machinery for agriculture or horticulture
  • 16500000 - Self-loading or unloading trailers and semi-trailers for agriculture
  • 16530000 - Self-loading semi-trailers for agriculture
  • 34144700 - Utility vehicles
  • 16310000 - Mowers
  • 16311000 - Lawnmowers
  • 44511500 - Hand saws
  • 16710000 - Pedestrian-controlled agricultural tractors
  • 16120000 - Harrows, scarifiers, cultivators, weeders or hoes
  • 34390000 - Tractor accessories
  • 34138000 - Road tractor units
  • 42415000 - Forklift trucks, works trucks, railway-station platforms tractors

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow City.

II.2.4) Description of the procurement

This lot consists of the following types of equipment: saws, cutters, chainsaw, hedge trimmers, blowers, strimmers, mowers, winch, tractors, utility vehicles, ploughs, brushes, terra spike, graders, cultivators etc.)

II.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 35

Quality criterion - Name: Sustainability / Weighting: 3

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 57

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 extension periods of up to 12 months.

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

II.2) Description

II.2.1) Title

Building & Construction Machinery Accessories - Spare Parts & Services

Lot No

2

II.2.2) Additional CPV code(s)

  • 50530000 - Repair and maintenance services of machinery
  • 43300000 - Construction machinery and equipment
  • 43413000 - Concrete or mortar mixers
  • 43320000 - Construction equipment
  • 43413100 - Cement mixers
  • 16000000 - Agricultural machinery
  • 03144000 - Agricultural supplies
  • 43812000 - Sawing equipment
  • 42675100 - Parts of chain saws
  • 44511500 - Hand saws

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow City.

II.2.4) Description of the procurement

This lot consists of the following types of equipment: compactors, cement mixers, rammers, floorsaws, hammers, vibrating plates, etc.).

II.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 35

Quality criterion - Name: Sustainability / Weighting: 3

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 57

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 periods of up to 12 months each.

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

II.2) Description

II.2.1) Title

Trailer – Spare Parts and Services

Lot No

3

II.2.2) Additional CPV code(s)

  • 50530000 - Repair and maintenance services of machinery
  • 16500000 - Self-loading or unloading trailers and semi-trailers for agriculture
  • 16520000 - Unloading trailers for agriculture
  • 16510000 - Self-loading trailers for agriculture
  • 16530000 - Self-loading semi-trailers for agriculture
  • 16540000 - Unloading semi-trailers for agriculture
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 34220000 - Trailers, semi-trailers and mobile containers
  • 34223000 - Trailers and semi-trailers
  • 34223100 - Semi-trailers
  • 34223300 - Trailers

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow City.

II.2.4) Description of the procurement

This lot consists of the following types of equipment: plant, cat box, exhibition & stage trailers)

II.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 35

Quality criterion - Name: Sustainability / Weighting: 3

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 57

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 periods of up to 12 months each.

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

II.2) Description

II.2.1) Title

Pressure Washers –Spare Parts and Services

Lot No

4

II.2.2) Additional CPV code(s)

  • 50530000 - Repair and maintenance services of machinery
  • 42000000 - Industrial machinery
  • 42924740 - High-pressure cleaning apparatus

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow City.

II.2.4) Description of the procurement

This lot consists of the following types of equipment: static, pressure, jetting units, etc.)

II.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 35

Quality criterion - Name: Sustainability / Weighting: 3

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 57

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 periods of up to 12 months each.

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

II.2) Description

II.2.1) Title

Ground Maintenance – Spare Parts Only

Lot No

5

II.2.2) Additional CPV code(s)

  • 34913000 - Miscellaneous spare parts
  • 16000000 - Agricultural machinery
  • 03100000 - Agricultural and horticultural products
  • 16310000 - Mowers
  • 16311000 - Lawnmowers
  • 44511500 - Hand saws
  • 34144700 - Utility vehicles
  • 16120000 - Harrows, scarifiers, cultivators, weeders or hoes
  • 16700000 - Tractors
  • 16710000 - Pedestrian-controlled agricultural tractors
  • 33141410 - Wire-cutter and bistoury
  • 77342000 - Hedge trimming
  • 77340000 - Tree pruning and hedge trimming
  • 43313200 - Snowblowers

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow City.

II.2.4) Description of the procurement

This lot consists of the following types of equipment: shredders, woodchippers, chippers, weedripper, grinder, aerator, brushes, quad play, sweeper/collector, sand rake, corer sliter, etc.).

II.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 17

Quality criterion - Name: Sustainability / Weighting: 3

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 75

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 periods of up to 12 months each.

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

II.2) Description

II.2.1) Title

Gritting – Spare Parts Only

Lot No

6

II.2.2) Additional CPV code(s)

  • 34913000 - Miscellaneous spare parts
  • 34144440 - Gritter vehicles
  • 16110000 - Ploughs or disc harrows
  • 43313000 - Snowploughs and snowblowers
  • 43313100 - Snowploughs

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow City.

II.2.4) Description of the procurement

This lot consists of the following types of equipment: spreaders, snowploughs, gritters, towed equipment, etc.

II.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 17

Quality criterion - Name: Sustainability / Weighting: 3

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 75

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 periods of up to 12 months each.

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

Selection criteria as stated in the procurement documents.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents.


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

Framework agreement with several operators

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-022039

IV.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

8 January 2024

Local time

12:00pm

Changed to:

Date

15 January 2024

Local time

12:00pm

See the change notice.

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

9 January 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: June 2027.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 25782. 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-procurement/

A summary of the expected community benefits has been provided as follows:

As detailed in tender documents.

(SC Ref:752167)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Glasgow

G5 9DA

Country

United Kingdom

Internet address

www.scotcourts.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

Glasgow City Council ("the council") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers

and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing

system. The Council must allow a period of at least the relevant standstill 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 day after that on which the last notice is sent. When sent by other means the

period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland)

Regulations 2015 ("The Regulations"). The Council is obliged to comply with the regulations and any eligible economic operator can bring

an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or

damage.

The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the

framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or

the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further

clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own

independent legal advice when they consider appropriate to do so.