- Scope of the procurement
- Lot 1. Vehicle Engine Inspection and Refurbishment (for light and heavy vehicles)
- Lot 2. Vehicle Tachograph Calibration and Repairs (light and heavy vehicles)
- Lot 4. Vehicle Electrical systems (all vehicles)
- Lot 6. Vehicle Repairs for cars /car Derived vans including accidental damage
- Lot 5. Vehicle Servicing and Repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonnes
- Lot 7. Vehicle Repairs for Light goods Vehicles up to 3.5 tonne including accidental damage
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 1412876471
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.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
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.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,200,000
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.2.11) 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.2.11) 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.2.11) 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.2.11) 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.2.11) 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.2.11) 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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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: 2022/S 022-687116
Section five. Award of contract
Lot No
2
Title
Vehicle Tachograph Calibration and Repairs (light and heavy vehicles)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 March 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
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: No
five.2.3) Name and address of the contractor
MOTUS Commercials
131 Bogmoor Road, Govan
Glasgow
G51 4TH
Telephone
+44 1414251530
Fax
+44 1414251840
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £80,000
Section five. Award of contract
Lot No
4
Title
Vehicle Electrical systems (all vehicles)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 March 2023
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
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: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Elprosys uk ltd
19, Underwood road
Paisley
PA3 1TH
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: £360,000
Section five. Award of contract
Lot No
7
Title
Vehicle Repairs for Light goods Vehicles up to 3.5 tonne including accidental damage
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 March 2023
five.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
GORDON COOLEY COACHBUILDERS LTD
10/12 EVANTON PLACE THORNLIEBANK IND EST
GLASGOW
G468JE
Telephone
+44 1416388094
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Agmors Coachwork Ltd
620 south st, Whiteinch
glasgow
G14 0TR
Telephone
+44 7789233932
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000
Section five. Award of contract
Lot No
6
Title
Vehicle Repairs for cars /car Derived vans including accidental damage
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 March 2023
five.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
GORDON COOLEY COACHBUILDERS LTD
10/12 EVANTON PLACE THORNLIEBANK IND EST
GLASGOW
G468JE
Telephone
+44 1416388094
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Agmors Coachwork Ltd
620 south st, Whiteinch
glasgow
G14 0TR
Telephone
+44 7789233932
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £140,000
Section five. Award of contract
Lot No
1
Title
Vehicle Engine Inspection and Refurbishment (for light and heavy vehicles)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 March 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
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: No
five.2.3) Name and address of the contractor
Pistons & Components (Glasgow) Ltd
427 Drumoyne Road Industrial Area
Glasgow
G51 4DD
Telephone
+44 1413398685
Fax
+44 1414452646
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £800,000
Section five. Award of contract
Lot No
5
Title
Vehicle Servicing and Repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonnes
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 March 2023
five.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Springhill Mot Station Ltd
200/220 Swinton Road, Baillieston, Baillieston
Glasgow
G69 6DP
Telephone
+44 1417730087
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: £640,000
Section six. Complementary information
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.
(SC Ref:730731)
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