- Scope of the procurement
- Lot 1. Maintenance of Cranes – (Hydraulic, electric motor-cable and grid lifter hydraulic)
- Lot 2. Maintenance of Forklifts, Vehicle Hook-lifts and Plant Loaders
- Lot 3. Maintenance of Wheel Chair Access Passenger Lifts and Vehicle Tail Lifts
- Lot 4. Maintenance of Powered Access Platforms (Cherry Pickers)
Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
Contact
Caroline Dougan
caroline.dougan@glasgow.gov.uk
Telephone
+44 1412876845
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictenderscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictenderscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Maintenance and Repair of Plant and Vehicle Lifting Equipment Framework
Reference number
GCC005440CPU
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The council requires Bidders to submit bids for the provision of Maintenance and Repair of Plant and Vehicle Lifting Equipment services to deliver maintenance and repairs to the council’s fleet of vehicles.
two.1.5) Estimated total value
Value excluding VAT: £844,460
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Maintenance of Cranes – (Hydraulic, electric motor-cable and grid lifter hydraulic)
Lot No
1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
The Supplier shall be responsible for the undernoted-
1.Annual Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs for cranes– (Hydraulic, electric motor-cable and grid lifter hydraulic)
2.Ensure that all lifting equipment is:
-fit for purpose and appropriate for the task
-suitably marked to indicate safe working load sizes which the equipment can handle
-Operating to manufacturers specification
-installed correctly and positioned to minimise any risks.
-Retain records of all examinations and any defects found which must also be reported to council.
two.2.5) Award criteria
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Service Delivery / Weighting: 29
Quality criterion - Name: Sustainability / Weighting: 6
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £141,660
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
12 months prior to the expiry date, the council may consider commencing a new tender.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Maintenance of Forklifts, Vehicle Hook-lifts and Plant Loaders
Lot No
2
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
The Supplier shall be responsible for the undernoted-
1. Annual Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs.
-Ensure that all lifting equipment is:
-fit for purpose and appropriate for the task
-suitably marked to indicate safe working load sizes which the equipment can handle
-Operating to manufacturers specification
-installed correctly and positioned to minimise any risks.
-Retain records of all examinations and any defects found which must also be reported to council.
two.2.5) Award criteria
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Service Delivery / Weighting: 29
Quality criterion - Name: Sustainability / Weighting: 6
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £58,400
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
12 months prior to the expiry, the council may consider commencing a new tender process.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Maintenance of Wheel Chair Access Passenger Lifts and Vehicle Tail Lifts
Lot No
3
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Annual Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs.
-Ensure that all lifting equipment is-
-fit for purpose and appropriate for the task
-suitably marked to indicate safe working load sizes which the equipment can handle
-Operating to manufacturers specification
-installed correctly and positioned to minimise any risks.
-Retain records of all examinations and any defects found which must also be reported to council.
two.2.5) Award criteria
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Service Delivery / Weighting: 29
Quality criterion - Name: Sustainability / Weighting: 6
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £445,200
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
12 months prior to the expiry, the council may consider commencing a new tender process.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Maintenance of Powered Access Platforms (Cherry Pickers)
Lot No
4
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Six monthly and 12 monthly Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs.
Ensure that all lifting equipment is-
-fit for purpose and appropriate for the task
-suitably marked to indicate safe working load sizes which the equipment can handle
-Operating to manufacturers specification
-installed correctly and positioned to minimise any risks.
-Retain records of all examinations and any defects found which must also be reported to council.
two.2.5) Award criteria
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Service Delivery / Weighting: 29
Quality criterion - Name: Sustainability / Weighting: 6
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £199,200
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
12 months prior to the expiry, the council may consider commencing a new tender process.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted:
Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:
There is a minimum financial requirement that affects trading performance and balance sheet strength.
Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House.
Trading Performance
An overall positive outcome on EBITDA earnings over a 3 year period
Exceptional items can be excluded from the calculation.
The above would be expressed in the ratio EBITDA Turnover
Balance Sheet strength
Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process.
Intangibles can be included for purposes of the Total Assets figure.
The above would be expressed in the ratio Total Assets Total Liabilities
If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with.
An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House.
Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading.
Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above.
If the pandemic has had an adverse effect on the latest set of accounts filed with Companies House, Glasgow City Council will take that into account in determining financial suitability for the contract.
The above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the above financial requirements.
Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.
Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations and have available their two (2) most recent sets of annual audited accounts including profit and loss information.
The council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant’s economic and financial standing.
Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.
Minimum level(s) of standards possibly required
Glasgow City Council’s Insurance Requirements are:
Bidder shall take out and maintain, throughout the period of the contract, Employer’s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000) in respect of any one claim and unlimited in the period.
Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000) in respect of any one claim and unlimited in the period. Such insurance shall extend to cover Service Indemnity.
Bidder shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000) in respect of any one claim and in the aggregate.
Bidder shall take out and maintain throughout the period of their services Professional Indemnity insurance to the value of at least ONE MILLION POUNDS STERLING (1,000,000) in respect of any one claim and in the aggregate.
Motor Insurance
If the organisation is not operating Glasgow City Council vehicles as part of their service, the following is required - at least statutory Motor insurance cover as per the Road Traffic Act 1988.
If the organisation is operating Glasgow City Council vehicles as part of their service, the following is required - Comprehensive Motor insurance.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to Document One - Invitation to Tender within the Buyer's Attachment area of the portal within PCST for further details.
Bidders must fully complete the attached template for question 4C1.2 within the Qualification envelope within PCST portal. A response is required for each lot you are bidding for.
Bidders must provide response for questions 4C.9 (Equipment) within the Qualification envelope within PCST portal. A response is required for each lot you are bidding for.
4C1.2 - Example 1 = 60 percent
4C.9 - Response = 40 percent
Total Section = 100 percent
Bidder must score a minimum threshold of 60 percent across both questions and or any bidder who fails to achieve the minimum points score for any question will be disqualified.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As referenced in Document One - Invitation to Tender and Document Two - Framework Agreement.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
Envisaged maximum number of participants to the framework agreement: 12
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 March 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
22 March 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: This framework is for 24 months with a potential of up to 2 x 12 month extensions. Therefore it is estimated that the notice for this re-tender will be issued on 2024/2025.
six.3) Additional information
Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts
(Scotland) Regulations 2015.
For SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; Bidders should hold the relevant certificates for Quality Assurance Schemes and Environmental Management Standards . If Bidders do not hold the relevant certificates, they will be required to respond to supporting questions.
Bidders must complete Document Eight – Health and Safety Questionnaire and submit it with the tender submission (Only bidders who pass the health and safety aspect shall be considered.
The council is looking for a maximum of 3 suppliers per lot for this framework agreement an a ranked 1,2 and 3 basis.
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 (NB the council does not bind itself to withhold this information).
Tenderers Amendments
Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer.
Prompt Payment
The successful Supplier 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 sub-contractors in respect of payments due to any sub-sub-contractors, if any.
Non Collusion
Bidders will be required to complete the Non Collusion certificate.
Insurance Mandate
All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal 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.
Framework Agreement terms are located within the attachments area within the PCS Tender portal and are reference Document Two.
Additional information pertaining to this contract notice is contained in the Invitation to Tender Document One.
Bidders must ensure they read all the attachments available in the attachment area in line with this contract notice.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23048. 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-procurement/
A summary of the expected community benefits has been provided as follows:
The minimum mandatory Community Benefit points required for each lot are based on lot value and will cover the full term of the framework-
Lot 1 - 15 points
Lot 2 - 5 points
Lot 3 - 25 points
Lot 4 - 15 points
(SC Ref:721852)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
PO Box 23 1 Carlton Place
Glasgow
G2 9DA
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Glasgow City 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. 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
86 of The Public Contract (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 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.
VI.5)