Contract

Hire Of Plant, Refuse Skips and Support Services

  • City Building (Glasgow) LLP
  • City Building (Contracts) LLP
  • The Wheatley Housing Group Limited
  • Glasgow City Council

F03: Contract award notice

Notice identifier: 2022/S 000-015597

Procurement identifier (OCID): ocds-h6vhtk-02d2d3

Published 7 June 2022, 10:39am



Section one: Contracting authority

one.1) Name and addresses

City Building (Glasgow) LLP

350 Darnick Street

Glasgow

G71 7HQ

Contact

Ross Hocknull

Email

ross.hocknull@citybuildingglasgow.co.uk

Telephone

+44 1412872112

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.citybuildingglasgow.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11002

one.1) Name and addresses

City Building (Contracts) LLP

350 Darnick Street

Glasgow

G21 4BA

Contact

Ross Hocknull

Email

ross.hocknull@citybuildingglasgow.co.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.citybuildingglasgow.co.uk

one.1) Name and addresses

The Wheatley Housing Group Limited

25 Cochrane Street

Glasgow

G1 1HL

Contact

Ross Hocknull

Email

procurement@wheatley-group.com

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.wheatley-group.com

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10306

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Contact

Ross Hocknull

Email

corporateprocurement@glasgow.gov.uk

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 involves joint procurement

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Construction, Building Services, Maintenance and Manufacturing


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Hire Of Plant, Refuse Skips and Support Services

Reference number

CBG174

two.1.2) Main CPV code

  • 43300000 - Construction machinery and equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Hire of Plant, Refuse Skips and Support Services

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: £15,469,240

two.2) Description

two.2.2) Additional CPV code(s)

  • 43300000 - Construction machinery and equipment
  • 31120000 - Generators
  • 44613700 - Refuse skips
  • 43812000 - Sawing equipment
  • 42900000 - Miscellaneous general and special-purpose machinery
  • 44211110 - Cabins
  • 44212230 - Towers
  • 44423200 - Ladders
  • 44511510 - Handsaw blades
  • 44613000 - Large containers

two.2.3) Place of performance

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

Glasgow and Central Belt of Scotland, East Coat and Dumfries and Galloway.

two.2.4) Description of the procurement

Hire of Plant Equipment, Refuse Skips and Support Services.The successful bidder will be responsible for the provision of a fully managed one-stop comprehensive hire service for plant equipment, refuse skips and support services. The framework will be with a sole provider. The successful bidder will have the capacity and expertise to establish, operate and manage a one stop hire shop within the confines of City Building (Glasgow) LLP's complex at 350 Darnick Street Glasgow G21 4BA and will also provide the services of an on-site dedicated account manager and two hire desk implants.

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: 2021/S 000-019300


Section five. Award of contract

Contract No

CBG174

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 May 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

GAP Group Limited

Carrick House, 40 Carrick Street

Glasgow

G2 8DA

Telephone

+44 01412254600

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,469,240


Section six. Complementary information

six.3) Additional information

Economic operators may be excluded from this competition if they are in any situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Bidders Amendments-Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to the offer. Bidders will be required to complete the Bidders Amendment Certificate contained in the buyers attachment area of PCS-T.

TUPE — CBG considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006(TUPE) may apply. It is the bidder’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstance of the contract and act accordingly.

Non-collusion — Bidders will be required to complete the Non Collusion Certificate contained within the buyers attachment area of PCS-T.

Freedom of Information (FOI) — Information on the FOI Act is within instruction to bidders. Bidders must note the implications of this legislation and ensure that any information they wish City Building(Glasgow) LLP to consider withholding is specifically indicated on the FOI Certificate contained within buyers attachment area of PCS-T.(NB City Building(Glasgow) LLP does not bind itself to withhold this information).

Additional information relevant to this tender can be found in the tender documents, terms and conditions and SPD guidance document located in the buyer attachment area of Public Contract Scotland — Tender (PCS-T)

Potential future requirements — The winning bidder will be expected during the duration of the contract to support City Building (Glasgow) LLP in any new operational initiatives/systems that may be implemented which may involve IT integration. Additional services may be required during the course of the contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18899. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

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

City Building(Glasgow) LLP expects the successful bidder to deliver a range of community benefits meeting City Building (Glasgow) LLP's priorities in partnership with City Building(Glasgow) LLP, to maximise the added benefit from the contract.

Community Benefits will be mandatory on a Pass/Fail basis and will therefore not be evaluated as part of the tender evaluation. Community benefits will therefore be a contractual requirement and form part of the awarded contact. The successful bidder will be obliged to deliver their commitments. This element will be monitored continuously throughout the contract life and measured via KPI’s.

Bidders must commit to paying 0,5 % of the annual income derived from this contract with CBG to Community Benefits the detail of which to be determined by CBG, acting reasonably, following constructive discussions with the successful bidder.

(SC Ref:695892)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

City Building (Glasgow) LLP must, by notice in writing as soon as possible, after the decision has been made,inform all bidders and candidates concerned of its decision to award the contract. City Building (Glasgow) LLP 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 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”). City Building(Glasgow) LLP is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by City Building (Glasgow)LLP, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that City Building (Glasgow) LLP 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 detailedin the Regulations. Economic Operators can write to City Building (Glasgow) LLP seeking further clarification onthe notice, to which City Building (Glasgow) LLP must respond within 15 days. Economic Operators should bemindful to seek their own independent legal advice when they consider appropriate to do so.