Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
Contact
Raji Purba
Telephone
+44 1412872000
Fax
+44 1412879399
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
http://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.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
The Purchase, Maintenance & Repair of 26-ton Hydrogen Fuel Cell Electric Refuse Collection Vehicles (RCVs)
Reference number
GCC005116CPU
two.1.2) Main CPV code
- 34144511 - Refuse-collection vehicles
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Purchase, Maintenance & Repair Provision of 26-ton Hydrogen Fuel Cell Electric Refuse Collection.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £7,641,971
two.2) Description
two.2.2) Additional CPV code(s)
- 34144500 - Vehicles for refuse and sewage
- 34144510 - Vehicles for refuse
- 34144511 - Refuse-collection vehicles
- 34144512 - Refuse-compaction vehicles
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
The council invites tender bids for the tender bids for the Purchase, Maintenance & Repair Provision of 26-ton Hydrogen Fuel Cell Electric Refuse Collection.
The contract is split into the following two elements:
One off purchase of 26- ton hydrogen fuel cell electric refuse collection vehicles to be delivered by 31st October 2022 via phased delivery.
Three years maintenance and repair. The council will have an option to extend the contract for two periods 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.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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: 2019/S 036-080525
Section five. Award of contract
Contract No
GCC005116CPU
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 June 2021
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Arcola Energy
24 Ashwin Street, Dalston
London
E8 3DL
Telephone
+44 7508639812
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Farid Hillend Engineering Limited
Taxi way, Hillend Industrial Estate,, Dalgety Bay, Fife.
Dunfermline
KY11 9ES
Telephone
+44 1903735311
Fax
+44 1903732605
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £7,641,971
Section six. Complementary information
six.3) Additional information
This procurement has been awarded to a consortium of suppliers of which Arcola Energy Ltd shall be lead and will be supported by Farid Hillend Engineering Ltd.
Both suppliers shall be jointly liable for the performance of the contract.
(SC Ref:656600)
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
G5 9DA
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
Glasgow City Council must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 86 of The Public Contract (Scotland) Regulations 2015 (“the Regulations”). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract unless the proceedings are determined, discontinued or disposed of;
or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further
clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.