Opportunity

Hire Of Plant, Refuse Skips and Support Services

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

F02: Contract notice

Notice reference: 2021/S 000-019300

Published 10 August 2021, 11:25am



Section one: Contracting authority

one.1) Name and addresses

City Building (Glasgow) LLP

350 Darnick Street

Glasgow

G21 4BA

Email

maureen.mitchell@citybuildingglasgow.co.uk

Telephone

+44 1412872328

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

Email

maureen.mitchell@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

Email

procurement@wheatley-group.com

Telephone

+44 8004797979

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

Email

corporateprocurement@glasgow.gov.uk

Telephone

+44 1412876403

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.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

Other type

A subsidiary of two Public Bodies

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.2) Description

two.2.2) Additional CPV code(s)

  • 31120000 - Generators
  • 43300000 - Construction machinery and equipment
  • 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

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

option to extend upto a further period of 24 months at City Building (Glasgow) LLP's absolute and sole discretion

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.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must comply with the undernoted financial requirements in relation to Minimum Turnover, Trading Performance and Balance Sheet Strength in order to participate in the tendering process:-

- Minimum Turnover

Applicants require a Minimum Turnover level of 10m GBP

- Trading Performance Ratio

An overall positive outcome on pre-tax profits over a 3 year period. Exceptional items occurring in the normal course of business can be excluded from calculation. The above would be expressed in the ratio Pre-tax Profits/Turnover.

- Balance Sheet Strength

Net worth of the organisation must be positive.

Intangibles can be included for purposes of the Total Asset figure.

The above would be expressed in the ratio Total Assets/Total Liabilities.

The above ratios and minimum turnover requirements should be calculated on last set of accounts filed at Companies House.

For non-UK Companies, ratios and minimum turnover should be calculated on information contained in the most recent audited accounts.

Bidders who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period during 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.

Where the bidder is a group of economic operators (such as a consortium), at least one of the members of that group must demonstrate compliance with minimum financial requirements.

CBG reserves the right, at its own discretion, to seek such other information from the bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the bidder’s economic and financial standing.

Minimum level(s) of standards possibly required

Employer’s Liability Insurance -The organisation/consultant 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 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period.

Public Liability Insurance -The organisation/consultant shall take out and maintain throughout the period of their services Public Liability Insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate. This policy should cover the removal and disposal of asbestos.

Products Insurance -The organisation/consultant 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 GBP) POUNDS STERLING in respect of any one claim and in the aggregate.

Professional Indemnity Insurance -The organisation/consultant shall take out and maintain throughout the period of their services and for a further 3 years on completion of their service, Professional Indemnity insurance to the value of at least FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate.

Motor Insurance -The organisation/consultant shall take out and maintain throughout the period of their services, at least statutory Motor insurance cover as per the Road Traffic Act 1988.

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPDquestion 4C.1.2

Provide two relevant examples from within the last three years that demonstrate your organisation has the relevant and necessary skills, expertise and experience to deliver the service required by CBG. For each relevant example the following information should be provided but is not limited to –

1. an overview of the contract including customer name, contract start and completion date and contract value.

2. a thorough and detailed description for each example of the scope of the requirement and service provided by you demonstrating experience in an on-site managed service or similar dedicated arrangement with a large scale hire of plant contract the same or similar in scope and complexity to the CBG requirement. Bidders who cannot provide examples on an onsite arrangement can provide examples where they have controlled a contract the same or similar to CBG’s requirement from a single location.

3. Innovation aspects provided by the bidder for each example to include details of any service development and innovation to improve performance and efficiency.

Your response to this question should not exceed, for each example, 4 x A4 sides, this page count includes all text (Arial font 11), photographs, figures and diagrams.

Where a submission exceeds the maximum number of pages indicated per example, no account will be taken of the content of the pages beyond the maximum.

Weighting

The weighting will be out of 100 with 50% attributed to each example. A minimum pass mark of 60 out of 100 is required overall for this question. Any bidder who fails to achieve the minimum score for this question will be excluded from the process at this stage and the price submission will not be considered.

CBG will take an overall view on the bidder’s response and use the scoring methodology as stated in the tender documents.

Minimum level(s) of standards possibly required

The successful bidder or company working on their behalf will be required to provide evidence of a current and valid Waste Carrier Licence certificate. The final disposal site for the waste items should hold an appropriate waste management licence as awarded by a regulatory authority.

Hand and Arm Vibration Legislation

It is a condition of this contract that all machinery / power tools provided must adhere to current Hand and Arm Vibration (HAV) Legislation i.e The Control of Vibration at work Regulations 2005 and in particular the Approved Code of Practice L140.

Bidder must confirm adherence.

Noise

It is a condition of the contract that all hand tools provided must adhere to The Control of Noise at Work Regulations 2005 and in particular Guidance document L108 Controlling noise at work.

Bidders must confirm adherence.

The successful bidder, or any company working on their behalf to deliver hire of Asbestos Plant should hold a licence restricted to ancillary work with asbestos to ensure compliance with the Control of Asbestos Regulations 2012

The successful bidder or company working on their behalf will be required to submit a copy of their Asbestos Licence or that of the Company working on their behalf.

Quality Assurance: ISO9001 or equivalent or procedures in place meet City Building (Glasgow) LLP's standardsas detailed in the tender documents and ESPD Guidance Document.

Environmental Management Standards: ISO14001 or equivalent or procedures in place meet City Building(Glasgow) LLP's standards as detailed in the tender documents and SPD Guidance Document.

Health and Safety: OHSAS18001 or ISO45001 or procedures in place meet City Building (Glasgow) LLP's standards as detailed in the tender documents and SPD Guidance Document.

Refer to City Building (Glasgow) LLP's SPD Guidance Documents for further information.

http://www.citybuildingglasgow.co.uk/tenders/ for further information regarding economic, environmental and social or employment-related considerations. This document can also be found within the attachments area of PCS-T

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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 a single operator

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 000-009326

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 September 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 September 2021

Local time

12:00pm

Place

350 Darnick Street Glasgow G214BA


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: approx 4 years

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.

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:653023)

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.