Tender

Vehicle Maintenance and Repair

  • Glasgow City Council

F02: Contract notice

Notice identifier: 2022/S 000-010817

Procurement identifier (OCID): ocds-h6vhtk-0330df

Published 27 April 2022, 12:40pm



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 1412876471

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.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.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

Other activity

Vehicle Maintenance and Repair


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Vehicle Maintenance and Repair

Reference number

GCC004928CPU

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 Vehicle Maintenance and Repair services to the council’s vehicles, the main aim of this framework agreement is to ensure that all vehicles under the remit of the council are maintained, repaired and roadworthy. The fleet of vehicles are made up of a diverse range of vehicles from small cars, car derived vans, light goods vehicles such as caged and tipper vans, tail-lift box vehicles, minibuses, roads, lighting maintenance vehicles, gritters and tippers, skip and refuse collection vehicles, heavy articulated trucks and trailers etc.

There are 9 lots as stated below-

Lot 1 -Vehicle Engine Inspection and Refurbishment (for light and heavy vehicles)

Lot 2- Vehicle Tachograph Calibration and Repairs

Lot 3 -Vehicle Transmission Equipment, Repair and Replacement (for light and heavy vehicles)

Lot 4 -Vehicle Electrical systems (all vehicles)

Lot 5 -Vehicle Servicing and Repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonnes

Lot 6 -Vehicle Repairs for cars /car Derived vans including accidental damage

Lot7 -Vehicle Repairs for Light goods Vehicles (LGV) up to 3.5 tonne including accidental damage

Lot 8- Vehicle Repairs for Heavy Goods Vehicles (HGV) above 3.5 tonne including accidental damage

Lot 9 - Vehicle Ministry of Transport (MOT’s), preparation MOT’s and associated servicing and repairs for Heavy Goods Vehicles (HGV) above 3.5 tonne.

The council will outsourced the services required for Lots 1,2 and 3.

The council will only outsource the required services for Lot 4, 5, 6, 7, 8 and 9 if they do not have the capacity to undertake this service in house.

two.1.5) Estimated total value

Value excluding VAT: £2,640,000

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

Vehicle Engine Inspection and Refurbishment (for light and heavy vehicles)

Lot No

1

two.2.2) Additional CPV code(s)

  • 34310000 - Engines and engine parts

two.2.3) Place of performance

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

Predominantly at the Supplier’s premises and when required the council’s premises.

two.2.4) Description of the procurement

This is for the provision of vehicle engine inspection and refurbishment services.

The Supplier will be expected to undertake-

General Engine Diagnosis

Cylinder Head and Valve Train Diagnosis and Repair

Engine Block Diagnosis and Repair

Lubrication and Cooling Systems Diagnosis and Repair

Fuel, Electrical, Ignition, Exhaust Systems Inspection and Service

two.2.5) Award criteria

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

Quality criterion - Name: Operational - Fleet Management / Weighting: 4

Quality criterion - Name: Operational - Supply Chain / Spare Parts / Weighting: 3

Quality criterion - Name: Operational - Commercial Premises / Weighting: 2

Quality criterion - Name: Operational - Service Deliver / Weighting: 16

Quality criterion - Name: Operational - Service / Weighting: 4

Quality criterion - Name: Communication / Escalation / Weighting: 2

Quality criterion - Name: Sustainability / Weighting: 4

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £200,000

two.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

The Council will have an option to extend the framework agreement for a period of up to 2 x 12 months which will be exercised by the Council serving notice on the Supplier 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

Vehicle Tachograph Calibration and Repairs (light and heavy vehicles)

Lot No

2

two.2.2) Additional CPV code(s)

  • 50433000 - Calibration services

two.2.3) Place of performance

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

Supplier's premises

two.2.4) Description of the procurement

This is for the provision of scheduled 2 yearly tachograph calibration and repair services for the council’s vehicles to ensure the council continues to meet its legal requirements including providing a clear reference to repair or replace, calibrate and re-seal to Digital and Smart Annex 1C tachographs.

The council requires the bidders to undertake-

Vehicle Calibration and Repair (scheduled maintenance)

Carry out test procedures

Repairs to Vehicle Unit

Vehicle Unit Replacement

Completed Certification

two.2.5) Award criteria

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

Quality criterion - Name: Operational - Fleet Management / Weighting: 4

Quality criterion - Name: Operational - Supply Chain / Spare Parts / Weighting: 3

Quality criterion - Name: Operational - Commercial Premises / Weighting: 2

Quality criterion - Name: Operational - Service Delivery / Weighting: 18

Quality criterion - Name: Operational - Service / Weighting: 2

Quality criterion - Name: Communication / Escalation / Weighting: 2

Quality criterion - Name: Sustainability / Weighting: 4

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £20,000

two.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

The Council will have an option to extend the framework agreement for a period of up to 2 x 12 months which will be exercised by the Council serving notice on the Supplier 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

Vehicle Transmission Equipment, Repair and Replacement (for light and heavy vehicles)

Lot No

3

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment

two.2.3) Place of performance

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

The Supplier’s premises or location of choice by the council

two.2.4) Description of the procurement

This is for the provision of transmission equipment, repair and replace of gearbox, differential, steering box, power take off prop shaft repairs.

Supplier will be responsible to undertake-

Transporting the council's vehicle or units to the Supplier’s premises for repair.

Carrying out initial inspection and reporting on Suppliers’ site or location of choice agreed by the council

Inspection of Gearbox

Repair and or Overhaul of Gearbox

Final report

Deliver Vehicle or Repaired Unit back to council premises.

two.2.5) Award criteria

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

Quality criterion - Name: Operational - Fleet Management / Weighting: 4

Quality criterion - Name: Operational - Supply Chain/ Spare Parts / Weighting: 3

Quality criterion - Name: Operational - Council Premises / Weighting: 2

Quality criterion - Name: Operational - Service Delivery / Weighting: 12

Quality criterion - Name: Operational - Service / Weighting: 8

Quality criterion - Name: Communication / Escalation / Weighting: 2

Quality criterion - Name: Sustainability / Weighting: 4

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £60,000

two.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

The Council will have an option to extend the framework agreement for a period of up to 2 x 12 months which will be exercised by the Council serving notice on the Supplier 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

Vehicle Electrical systems (all vehicles)

Lot No

4

two.2.2) Additional CPV code(s)

  • 31610000 - Electrical equipment for engines and vehicles

two.2.3) Place of performance

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

Roadside and Council’s premises

two.2.4) Description of the procurement

This is for the provision of vehicle electrical system services for the council’s vehicles. The council requires the Supplier to understand vehicle system fault diagnosis criteria and techniques and must be able to use fault diagnostic techniques and equipment to determine the performance of vehicle system. The council will only outsource this service if they do not have the capacity to undertake this in house.

The Supplier is required to undertake-

Security Systems

Environmental

Passenger Protection

Car Key Replacement

Other Essential work

two.2.5) Award criteria

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

Quality criterion - Name: Operational - Fleet Management / Weighting: 4

Quality criterion - Name: Operational - Supply Chain / Spare Parts / Weighting: 3

Quality criterion - Name: Operational - Commercial Premises / Weighting: 2

Quality criterion - Name: Operational - Service Delivery / Weighting: 16

Quality criterion - Name: Operational - Service / Weighting: 4

Quality criterion - Name: Communication / Escalation / Weighting: 2

Quality criterion - Name: Sustainability / Weighting: 4

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £90,000

two.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

The Council will have an option to extend the framework agreement for a period of up to 2 x 12 months which will be exercised by the Council serving notice on the Supplier 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

Vehicle Servicing and Repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonnes

Lot No

5

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment

two.2.3) Place of performance

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

Supplier's premises

two.2.4) Description of the procurement

This is for the provision of vehicle servicing and repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonne and will involve Class 4, 5 and 7 including electric vehicles, to ensure that the council continues to meet its legal requirement. The council will outsource the mandatory MOT’s, including service and repairs, only if they do not have the capacity or resource to undertake this inhouse for light vehicles up to 3.5 tonnes.

The Supplier is required to undertake-

Ministry of Transport and associated repairs and or servicing at the time of MOT.

two.2.5) Award criteria

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

Quality criterion - Name: Operational - Fleet Management / Weighting: 4

Quality criterion - Name: Operational - Supply Chain / Spare Parts / Weighting: 3

Quality criterion - Name: Operational - Commercial Premises / Weighting: 2

Quality criterion - Name: Operational - Service Delivery / Weighting: 18

Quality criterion - Name: Operational - Service / Weighting: 2

Quality criterion - Name: Communication / Escalation / Weighting: 2

Quality criterion - Name: Sustainability / Weighting: 4

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £160,000

two.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

The Council will have an option to extend the framework agreement for a period of up to 2 x 12 months which will be exercised by the Council serving notice on the Supplier 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

Vehicle Repairs for cars /car Derived vans including accidental damage

Lot No

6

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment

two.2.3) Place of performance

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

Supplier's Premises

two.2.4) Description of the procurement

This is for the provision of vehicle repairs for cars, car derived vans including accidental damage for the council’s vehicles and ancillary equipment such as tail lifts etc when they do not have the capacity to undertake this inhouse. The council requires repair services for accident and operational damage, as well as ad-hoc repairs.

The Supplier is required to undertake

Body coach works including structural works.

Electrical works.

Mechanical works.

Specialist component equipment repairs.

Vehicle modification works.

Panel spray painting for ad hoc requests.

Provision of support on any manufacturer recall process repair.

All estimates should be configured on the AUDATEX system or equivalent

All repair estimates should have picture evidence of different stages of the repair including in and out of paint on request.

Repairs to auxiliary equipment including tail lifts

Transporting Vehicles

two.2.5) Award criteria

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

Quality criterion - Name: Operational - Fleet Management / Weighting: 4

Quality criterion - Name: Operational - Supply Chain / Spare Parts / Weighting: 3

Quality criterion - Name: Operational - Commercial Premises / Weighting: 2

Quality criterion - Name: Operational - Service Delivery / Weighting: 12

Quality criterion - Name: Operational - Service / Weighting: 8

Quality criterion - Name: Communication / Escalation / Weighting: 2

Quality criterion - Name: Sustainability / Weighting: 4

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

24

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 2 x 12 months which will be exercised by the Council serving notice on the Supplier 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

Vehicle Repairs for Light goods Vehicles up to 3.5 tonne including accidental damage

Lot No

7

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment

two.2.3) Place of performance

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

Supplier's premises

two.2.4) Description of the procurement

This is for the provision of vehicle repair for Light Goods Vehicles up to 3.5 tonne including accidental damage for the council’s vehicles and ancillary equipment such as tail lifts, penny cranes etc when they do not have the capacity to undertake this in-house. The council requires repair services for accident and operational damage, as well as ad-hoc repairs.

The Supplier is required to undertake-

Body coach works including structural works.

Electrical works.

Mechanical works.

Specialist component equipment repairs.

Vehicle modification works.

Panel spray painting for ad hoc requests.

Provision of support on any manufacturer recall process repair.

All estimates should be configured on the AUDATEX system or equivalent

All repair estimates should have picture evidence of different stages of the repair including in and out of paint on request.

Repairs to auxiliary equipment including tail lifts

Transporting Vehicles

two.2.5) Award criteria

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

Quality criterion - Name: Operational - Fleet Management / Weighting: 4

Quality criterion - Name: Operational - Supply Chain / Spare Parts / Weighting: 3

Quality criterion - Name: Operational - Commercial Premises / Weighting: 2

Quality criterion - Name: Operational - Service Delivery / Weighting: 12

Quality criterion - Name: Operational - Service / Weighting: 8

Quality criterion - Name: Communication / Escalation / Weighting: 2

Quality criterion - Name: Sustainability / Weighting: 4

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £25,000

two.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

The Council will have an option to extend the framework agreement for a period of up to 2 x 12 months which will be exercised by the Council serving notice on the Supplier 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

Vehicle Repairs for Heavy Goods Vehicles above 3.5 tonne including accidental damage

Lot No

8

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment

two.2.3) Place of performance

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

Supplier's premises

two.2.4) Description of the procurement

This is for the provision of vehicle repair for Heavy Goods Vehicles 3.5 tonne and above including accidental damage for the council’s fleet of vehicles and ancillary equipment such as tail lifts, cranes etc when they do not have the capacity to undertake this inhouse. The council requires repair services for accident and operational damage, as well as ad-hoc repairs.

The Supplier is required to undertake-

Body coach works including structural works.

Electrical works.

Mechanical works.

Specialist component equipment repairs.

Vehicle modification works.

Panel spray painting for ad hoc requests.

Provision of support on any manufacturer recall process repair.

All estimates should be configured on the AUDATEX system or equivalent

All repair estimates should have picture evidence of different stages of the repair including in and out of paint on request.

Repairs to auxiliary equipment including tail lifts

via email vehicleworkshop@glasgow.gov.uk

Transporting Vehicles

two.2.5) Award criteria

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

Quality criterion - Name: Operational - Fleet Management / Weighting: 4

Quality criterion - Name: Operational - Supply Chain / Spare Parts / Weighting: 3

Quality criterion - Name: Operational - Commercial Premises / Weighting: 2

Quality criterion - Name: Operational - Service Delivery / Weighting: 12

Quality criterion - Name: Operational - Service / Weighting: 8

Quality criterion - Name: Communications / Escalation / Weighting: 2

Quality criterion - Name: Sustainability / Weighting: 4

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £20,000

two.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

The Council will have an option to extend the framework agreement for a period of up to 2 x 12 months which will be exercised by the Council serving notice on the Supplier 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

Lot 9 (Vehicle Ministry of Transport (MOT’s), preparation MOT’s and associated servicing and repairs for Heavy Goods Vehicles (HGV) above 3.5 tonne.

Lot No

9

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment

two.2.3) Place of performance

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

Supplier's premises

two.2.4) Description of the procurement

This is for the provision of vehicle preparation Ministry of Transport (MOT), MOT's including associated servicing and repairs for Heavy Goods Vehicles for the council’s fleet. This is to ensure that the council continues to meet its legal requirements for MOT’s tests pass rate to comply with their operator’s licence. The council will outsource the under noted services when they do not have the capacity to undertake this inhouse.

The Supplier is required to undertake-

Preparation MOT's and associated serving and repairs

MOT and associated repairs and servicing

MOT Vehicle Failure

Safety Inspection Timescales

Transporting Vehicles

two.2.5) Award criteria

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

Quality criterion - Name: Operational - Fleet Management / Weighting: 4

Quality criterion - Name: Operational - Supply Chain / Spare Parts / Weighting: 3

Quality criterion - Name: Operational - Commercial Premises / Weighting: 2

Quality criterion - Name: Operational - Service Delivery / Weighting: 16

Quality criterion - Name: Operational - Service / Weighting: 4

Quality criterion - Name: Communication / Escalation / Weighting: 2

Quality criterion - Name: Sustainability / Weighting: 4

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £50,500

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

Duration in months

24

This contract is subject to renewal

No

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

The Bidder must be a member and hold a current certification and or accreditation as detailed below for each lot they intend to bid for. Bidders will be required to uploaded a copy of the certification with your bid submission. This will be evaluated on an pass or fail basis.

Bidders who are not members and don't hold a current certification to the undernoted requirements for each lot they intend to bid for, will not be considered.

Lots 1 and 3

Motor Ombudsman Motor Industry Code of Practice for service and repair.

Lot 2

Approved Tachograph Repairers certification certified by Driver Vehicle Standard Agency (DVSA)

Lot 4 - must retain all of the undernoted -

Institute of the Motor Industry (IMI) LEVEL 3 Award in Electrical Hybrid Vehicle systems repair and replacement

Master Locksmiths Association (MLA) (Membership

Motor Ombudsman Motor Industry Code of Practice for service and repair.

Lot 5 - must retain all of the undernoted -

Driver Vehicle Standards Agency (DVSA) Accredited testing station

Institute of the Motor Industry (IMI) LEVEL 3 Award in Electrical Hybrid Vehicle systems repair and replacement

Motor Ombudsman. Motor Industry Code of Practice for service and repair.

Lot 6,7 and 8 - must retain all of the undernoted -

Institute of the Motor Industry (IMI) LEVEL 3 Award in Electrical Hybrid Vehicle systems repair and replacement

An accreditation with HELLA GUTMAN DIAGNOSTIC EQUIPMENT or Equivalent for Calibrations on Advance Driver Assist Systems as well as qualified to the new industry regulations AOM230 ADAS Calibration

BS10125

The National Body repair association

Lot 9 must retain one of the undernoted-

Driver and Vehicle Standards Agency (DVSA)

OR

Institute of Road Transport Engineers (IRTE) certification for the inspection, maintenance repairs of Road Vehicles

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 the 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

If a Bidder 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.

A Bidder should have no outstanding issues, with regard to statutory filing" requirements with Companies House.

Bidders 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.

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.

Due to the potential negative financial consequences of the pandemic on company finances, Glasgow City Council also requires assurance regarding current liquidity of the bidding company.

The Bidder must provide a Letter of Comfort at stage 4 from its own bank to satisfy the above financial requirement if requested by the council. Please note- Banks have varying service level agreements for this request, e.g., from 5 days to 10 days.

Any Bidder that fails to achieve or exceed the criteria and Letter of Comfort as stated above will be excluded at this stage.

Minimum level(s) of standards possibly required

Glasgow City Council Insurance Requirements for ALL LOTS are:-

The organisation shall take out and maintain throughout the period of their services Employer’s Liability insurance to the value of at least TEN MILLION (10,000,000) GB POUNDS STERLING in respect of any one claim and unlimited in the period.

The organisation shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (5,000,000) GB POUNDS STERLING in respect of any one claim and unlimited in the period. Such insurance shall extend to cover Service Indemnity.

The organisation shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (5,000,000) GB POUNDS STERLING in respect of any one claim and in the aggregate.

Motor Insurance

o 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.

o If the organisation is operating Glasgow City Council vehicles as part of their service, the following is required - Comprehensive Motor insurance.

These above Motor polices may be stand-alone or part of a combined policy i.e., Motor Trade.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must provide a detailed response to questions 4C1.2 and 4C.9

For question 4C1.2 Bidders must provide an example for each lot they are bidding for.

4C1.2

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

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

1) An overview of the contract including:

customer name,

contract start date

contract end dates

contract value

a detailed description to include what services were covered within the contract.

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

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

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

4C.9

Please provide details of relevant tools, plant, or technical equipment available for each lot you are bidding for in relation to this procurement exercise.

For both of the above questions, Bidders must achieve 60% or more pass mark from the 100% available in order to continue to the award quality evaluation


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: 27

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

27 May 2022

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

30 May 2022

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 24 months with a potential of up to 2 x 12 month extension. Therefore it is estimated that the notice for this re-tender will be issued in 2024-2025.

six.3) Additional information

SPD Questions 4D.1,4D1.1,4D1.2,4D2,4D2.1 and 4D2.2; Bidders may hold the certificates for Quality Assurance Scheme, Environmental Management Standards or comply with all the questions noted in SPD Section. 4D. Please refer to Qualification Envelope within the PCS-T portal for these questions.

Health and Safety Questionnaire - Document Eight , Bidders only required to complete one copy if you are bidding for one or more than lot and submit this will your bid submission. The H and S Questionnaire will be evaluated pass or fail.

The council are looking for a maximum of 3 suppliers per lot for this framework agreement on 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 info they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the buyer’s attachment area within the PCST portal (NB the council does not bind itself to withhold this info).

Tenderers Amendments- Applicants must enter any clause, condition, amendment to specification or any other qualification or reservation they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate that is contained within the buyer’s attachment area within PCST portal.

Prompt Payment -The successful tenderer 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. Applicants will be required to complete the prompt payment certificate contained in the buyer’s attachment area within PCST portal.

Non Collusion -Applicants will be required to complete the Non Collusion certificate contained in the buyers attachment area within the PCS Tender portal.

Insurance Mandate-All successful suppliers will be required to sign an Insurance Mandate, contained in the buyer’s attachment area within the PCS Tender portal authorising the Council to request copies of insurance docs from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.

Draft T&C’s are located within the buyers attachment area within the PCST portal. Additional info pertaining to this contract notice is contained in the ITT documents situated within the buyer’s attachment area of PCS-T. Bidders must ensure they read these documents in line with this contract notice.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20854. 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:

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 - 50 points

Lot 2 - 5 points

Lot 3 - 15 points

Lot 4 - 5 points

Lot 5 - 25 points

Lot 6 - 15 points

Lot 7 - 5 points

Lot 8 - 5 points

Lot 9 - 15 points

Bidders who don't meet the minimal criteria above will not be considered.

(SC Ref:687116)

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