Opportunity

Fixed and Mobile Weighbridge Services

  • Glasgow City Council
  • West Dunbartonshire Council
  • North Ayrshire Council
  • North Lanarkshire Council
  • Glasgow City Council
Show 7 more buyers Show fewer buyers
  • Renfrewshire Council
  • East Dunbartonshire Council
  • East Ayrshire Council
  • East Renfrewshire Council
  • Argyll and Bute Council
  • South Ayrshire Council
  • Inverclyde Council

F02: Contract notice

Notice reference: 2021/S 000-005651

Published 19 March 2021, 3:40pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Email

caroline.dougan@glasgow.gov.uk

Telephone

+44 1412875676

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

one.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Email

Corporate.Procurement@west-dunbarton.gov.uk

Telephone

+44 1389737000

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

http://www.west-dunbarton.gov.uk/business/suppliers/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153

one.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

Email

procurement@North-Ayrshire.gov.uk

Telephone

+44 1294310000

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.north-ayrshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

corporateprocurement@northlan.gov.uk

Telephone

+44 1698403876

Fax

+44 1698275125

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

http://www.northlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Email

corporateprocurement@glasgow.gov.uk

Telephone

+44 1412875676

Fax

+44 1698275125

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

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Email

cpu@renfrewshire.gov.uk

Telephone

+44 3003000300

Fax

+44 1698275125

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

one.1) Name and addresses

East Dunbartonshire Council

Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place

Kirkintilloch

G66 1TJ

Email

procurement@eastdunbarton.gov.uk

Telephone

+44 1415745750

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

http://www.eastdunbarton.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225

one.1) Name and addresses

East Ayrshire Council

Corporate Procurement Team, London Road HQ

Kilmarnock

KA3 7BU

Email

procurement@east-ayrshire.gov.uk

Telephone

+44 1563576183

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.east-ayrshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Email

ercprocurement@eastrenfrewshire.gov.uk

Telephone

+44 1415773669

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.eastrenfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

one.1) Name and addresses

Argyll and Bute Council

Kilmory

Lochgilphead

PA31 8RT

Email

procurement@argyll-bute.gov.uk

Telephone

+44 1546604194

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM - SCOTLAND

Internet address(es)

Main address

http://www.argyll-bute.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00063

one.1) Name and addresses

South Ayrshire Council

County Buildings, Wellington Square

Ayr

KA7 1DR

Email

procurement@south-ayrshire.gov.uk

Telephone

+44 3001230900

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM94 - South Ayrshire

Internet address(es)

Main address

http://www.south-ayrshire.gov.uk/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405

one.1) Name and addresses

Inverclyde Council

Corporate Procurement, Municipal Buildings, Clyde Square

Greenock

PA15 1LX

Email

customerservice@inverclyde.gov.uk

Telephone

+44 1475712364

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.inverclyde.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

www.publictendersscotland.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

Fixed and Mobile Weighbridge Services

Reference number

GCC005172CPU

two.1.2) Main CPV code

  • 71632000 - Technical testing services

two.1.3) Type of contract

Services

two.1.4) Short description

The council invites Bidders to submit bids for the provision of Fixed and Mobile Weighbridge Services to ensure that all weighbridges (fixed and mobile) are supplied, installed, calibrated, certified in line with licensing conditions, repaired, maintained, cleaned and fully operational.

Fixed weighbridges services will be required for the council’s 14 depots, mainly across the City of Glasgow and mobile services shall be required across the West of Scotland for the 11 Local Authorities (inclusive of Glasgow City Council) detailed in above

The agreement is split into four lots

Lot 1 - Hire of Weighbridge Test Vehicle and Operator (Mobile)

Lot 2 - Repair (Ad-hoc-emergency) and Scheduled Maintenance, Calibration and Re-verification of Weighbridge and Industrial Cleaning.

Lot 3 - Supply and Installation new Weighbridge, relocation, removal and recycling of Weighbridges existing weighbridges

Lot 4 - Structural Welding Repairs (Ad-hoc - emergency).

two.1.5) Estimated total value

Value excluding VAT: £420,000

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

Hire of Weighbridge Test Vehicle and Operator (Mobile)

Lot No

1

two.2.2) Additional CPV code(s)

  • 71632000 - Technical testing services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Provision of Hire of Weighbridge Test Vehicle and Operator services will be required across the West Coast of Scotland for the 11 Local Authorities named above.

This requirement is to allow the Council s’ Trading Standards Officers to test mobile weighbridges within various locations throughout the 11 Local Authority across the West of Scotland.

Services for Mobile Weighbridges will be carried out by the supplier mainly between June and September of each year of the framework. This will adhere to Weights and Measures Legislation, Trading & Standards which states that ALL public and private weighbridges within the LA’s catchment area must be tested.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 10

Quality criterion - Name: Resources and Eqipment / Weighting: 10

Quality criterion - Name: Training / Weighting: 4

Quality criterion - Name: Communication / Weighting: 4

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

Quality criterion - Name: Sustainability / Weighting: 4

Quality criterion - Name: Complaints and Escalation / Weighting: 3

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £140,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Council will have an option to extend the framework agreement for a period of up to 12 months which will be exercised by the Council

serving notice on the Bidder in accordance with the Council’s Terms and Conditions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Repair (Adhoc) Scheduled Maintenance, Calibration and Re-verification of Weighbridges and Industrial Cleaning

Lot No

2

two.2.2) Additional CPV code(s)

  • 71632000 - Technical testing services
  • 63712500 - Weighbridge services
  • 45221117 - Weighbridge construction work

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Provision of repair and maintenance, calibration, assessments re-verification and industrial cleaning of the council’s fixed weighbridges. The weighbridges are utilised for measuring weight of waste material transported in and out of all council depots before going to landfill or a processing outlet. Appointed suppliers will be required to ensure all weighbridges are maintained, calibrated and cleaned in order to remain fully operational 24/7 7 days a week including public holidays.

two.2.5) Award criteria

Quality criterion - Name: Communication and Management Information / Weighting: 4

Quality criterion - Name: Quality Control / Weighting: 2

Quality criterion - Name: Sustainabiliy / Weighting: 5

Quality criterion - Name: Service Delivery / Weighting: 10.5

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

Quality criterion - Name: Complaint and Escalation / Weighting: 3

Quality criterion - Name: Emergency Procedures / Weighting: 10.5

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £165,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Council will have an option to extend the framework agreement for a period of up to 12 months which will be exercised by the Council

serving notice on the Bidder in accordance with the Council’s Terms and Conditions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Supply and Installation of new Weighbridge, relocation, removal and recycling of existing weighbridges

Lot No

3

two.2.2) Additional CPV code(s)

  • 71632000 - Technical testing services
  • 63712500 - Weighbridge services
  • 45221117 - Weighbridge construction work

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Provision of Supply, Installation of new weighbridge, furthermore removal, re-location, and recycling of existing weighbridges when required across various Council sites.

two.2.5) Award criteria

Quality criterion - Name: Communication and Management Information / Weighting: 4

Quality criterion - Name: Quality Control / Weighting: 2

Quality criterion - Name: Sustainability / Weighting: 5

Quality criterion - Name: Service Delivery / Weighting: 21

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

Quality criterion - Name: Complaints and Escalation / Weighting: 3

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £80,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Council will have an option to extend the framework agreement for a period of up to 12 months which will be exercised by the Council

serving notice on the Bidder in accordance with the Council’s Terms and Conditions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Lot 3 - A mini competition will be run should the council require a weighbridge of an alternative specification than the one specified within section Invitation to Tender

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

Structural Welding Repairs (Ad-hoc-emergency)

Lot No

4

two.2.2) Additional CPV code(s)

  • 45262680 - Welding
  • 42660000 - Soldering, brazing and welding tools, surface tempering and hot-spraying machines and equipment
  • 44315200 - Welding materials
  • 63712500 - Weighbridge services
  • 45221117 - Weighbridge construction work

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The provision of ad-hoc repairs to the structure of the fixed weighbridge as required. Normally this will consist of steelwork repairs involving welding equipment and could include but not be limited to-

Structural steel fabrication

Secondary steelwork

Steel stairs, balustrades and handrails

Site erection

two.2.5) Award criteria

Quality criterion - Name: Communication and Management Information / Weighting: 4

Quality criterion - Name: Quality Control / Weighting: 2

Quality criterion - Name: Sustainability / Weighting: 5

Quality criterion - Name: Service Delivery / Weighting: 21

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

Quality criterion - Name: Complaints and Escalation / Weighting: 3

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £35,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Prior to the expiry of year 3, the council will review the The Council will have an option to extend the framework agreement for a period of up to 12 months which will be exercised by the Council

serving notice on the Bidder in accordance with the Council’s Terms and Conditions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

For Lots 1,2 and 3

The bidders must be a member of the United Kingdom Weighing Federation.

This is a mandatory requirement and will be evaluated on an pass/fail basis.

If bidders are not a member of the United Kingdom Weighing Federation they will not be considered.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Trading Performance

An overall positive outcome on pre-tax profits over a 3 year period. Exceptional items can be excluded from calculation. The above would be expressed in the ratio Pre-Tax Profit/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

For non-UK Companies, ratios and minimum turnover should be calculated on information contained in the most recent audited accounts.

Bidders who have been trading for less than 3 years must provide evidence that they have complying with the above minimum financial requirements for the period during which they have been trading.

Bidders 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.

Where the applicant is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements.

The council also requires assurance regarding the current liquidity of the bidding company. The Bidder may provide a Letter of Comfort from its own bank to satisfy the above financial requirement. The council would also be prepared to consider other documentation that provided evidence that the Bidder had adequate financial resources to undertake the contracts

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.

Bidders who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. The Council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract following a mini-competition should the Applicant no longer meet the requirements set out in this SPD.

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

All Lots - Employer’s Liability

The organisation shall take out and maintain throughout the period of framework agreement Employer’s Liability insurance to the value of a minimum TEN MILLION (10000000) POUNDS STERLING in respect of any one claim and unlimited in the period.

Lots 1,2 and 4 Public Liability

The organisation shall take out and maintain throughout the period of the framework agreement Public Liability insurance to the value of at least FIVE MILLION (5000000) POUNDS STERLING in respect of any one claim and unlimited in the period.

Lot 3 - Public Liability

The organisation shall take out and maintain throughout the period of the framework agreement Public Liability Insurance to the value of at least FIVE MILLION POUNDS STERLING (5000000) in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate.

Products Liability - All Lots

The organisation shall take out and maintain throughout the period of the framework agreement Products Liability insurance to the value of at least FIVE MILLION (5000000) POUNDS STERLING in respect of any one claim and in the aggregate.

Professional Indemnity - Lots 2 and 3

The organisation shall take out and maintain throughout the period of the framework and for a further 3 years on completion of the framework, Professional Indemnity insurance to the value of a minimum ONE MILLION (1000000) POUNDS STERLING in respect of any one claim and in the aggregate.

Motor - Lots 1, 2 and 3

The organisation shall take out and maintain, throughout the period of the framework, at least statutory Motor insurance cover as per the Road Traffic Act 1988.

Contract Works - Lot 3

The organisation should have Contract Works insurance for the duration of the framework Agreement. The value of each contract should determine the level of Contract Works required.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Lot 1- 4C1.2

Examples from both public and /or private sector customers and clients may be provided.

For each example the bidder must complete the template provided and provide the following information but not be limited to

Relevant examples should outline your experience in provision of Hire of Weighbridge Test Vehicle services that your company has delivered similar in scale and locations site for the Council in the past three years. Your examples must demonstrate the service requirement detailed in section 4 of the scope of service.

Your response should address as a minimum, but is not limited to the following areas -

1. Customer name,

2. Contract start date

3. Contract end dates

4. Contract value

5. Challenges you experienced when you delivered this service of similar size and locations as outlined in the scope

6. Risks you may have encountered and what mitigating actions you took to resolve to deliver the service.

7. skills and experience of the proposed team who helped deliver these projects

Example 1 weighting will be 50%

Example 2 weighting will be 50 %

EVALUATION PROCESS – A minimum of pass mark of 60% out the 100% is required in total for this section.

Any Bidder who fails to achieve the minimum score for this section will be excluded at this stage.

Lots 2,3 & 4

Please provide 1 relevant examples of services carried out during the last three years as specified in the contract notice (examples from both public and/or private sector)

For each example the following information should be provided but not be limited to

1) An overview of the contract including:

1. Customer name,

2. Contract start date

3. Contract end dates

4. Contract value

5. Full detailed contract description to include what services were covered

6. Challenges you experienced when you delivered this service of similar size and locations as outlined in the scope

7. Risks you may have encountered and what mitigating actions you took to resolve to deliver the service.

8. Skills and experience of the proposed team who helped deliver these projects

9. Provide evidence which should include your response times and contingency provisions you put in place if weighbridge equipment failed. Example 1 weighting will be 50%

Example 1 weighting will be 100 %

EVALUATION PROCESS – A minimum of pass mark of 60% out the 100% is required in total for this section.

Any Bidder who fails to achieve the minimum score for this section will be excluded at this stage.


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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This framework will not exceed 4 years

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.2.1) Previous publication concerning this procedure

Notice number: 2016/S 052-087389

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

Date

19 April 2021

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

19 April 2021

Local time

12:00pm

Place

Glasgow, UK


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 36 months with a potential 12 month extension. Therefore it is estimated that the notice for this re-tender will be

issued in 2024/2025.

six.3) Additional information

H&S – Please complete H&S Questionnaire for Lot 1-4. Bidders must complete H&S for the appropriate Lot they are bidding for as art of their submission response. Only the recommended suppliers will be evaluated. The Questionnaire will be evaluated pass or fail. Freedom of Information Act – Please refer to PCST technical envelope for ALL LOTS Tenders Amendments Certificate

–Please refer to PCST technical envelope for ALL LOTS. Prompt Payment Certificate – Please refer to PCST technical envelope for ALL LOTS. Bidders are required to complete the Non Collusion Certificate contained in Technical response area in PCS-T portal. All suppliers will be required to sign an Insurance – Please refer to PCST technical envelope for ALL LOTS. Terms and conditions are located within the buyer’s attachment area with PCST portal. Additional information pertaining to this contract notice is contained in the ITT and SPD

Council Statements document within PCST attachment area. Bidders are required to review the Community Benefit Menu (provided within the Buyer’s attachment area within PCST) and indicate the type and volume of Community Benefit outcomes which will be delivered should the cumulative contract spend for this framework. Suppliers must complete all threshold tabs within the community benefit menu offering the corresponding point allocation for each threshold. Suppliers will only be required to carry out the community benefits offered if spend reaches the relevant threshold. (SC Ref:643993) The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17161. 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 http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

(SC Ref:647657)

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17161. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

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

Lot 1 - Mandatory Community Benefits.

The minimum number of Community Benefits Points required for this lot is 20 points. Please see Document Four - Community Benefits Menu within the Buyers Attachment Area.

Lot 2 and 3 - Mandatory Community Benefits as detailed below:

- COM01 – Community Engagement – Financial Support (minimum 1000 (GBP)

- COM02 – Community Engagement – Non-Financial Support (minimum 5 hours)

The minimum number of Community Benefits Points required for lots 2 and 3 lot is 15 points per lot.

Lot 4 - Voluntary Community Benefits only.

(SC Ref:647657)

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

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom

Internet address

http://www.scotcourts.gov.uk/the-courts/court-location/glasgow-sheriff-court-and-justice-of-the-peace-court