Contract

Vehicle Maintenance and Repair

  • Glasgow City Council

F03: Contract award notice

Notice identifier: 2023/S 000-016229

Procurement identifier (OCID): ocds-h6vhtk-03d497

Published 8 June 2023, 9:11am



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.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

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