- 1. Glasgow City Council
- 2. West Dunbartonshire Council
- 3. North Ayrshire Council
- 4. North Lanarkshire Council
- 5. Glasgow City Council
- 6. Renfrewshire Council
- 7. East Dunbartonshire Council
- 8. East Ayrshire Council
- 9. East Renfrewshire Council
- 10. Argyll and Bute Council
- 11. South Ayrshire Council
- 12. Inverclyde Council
Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
caroline.dougan@glasgow.gov.uk
Telephone
+44 1412875676
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.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
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
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
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
corporateprocurement@glasgow.gov.uk
Telephone
+44 1412875676
Fax
+44 1698275125
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.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
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
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
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
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
procurement@argyll-bute.gov.uk
Telephone
+44 1546604194
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM - SCOTLAND
Internet address(es)
Main address
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
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
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
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
Country
United Kingdom