Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
Contact
Raji Purba
Telephone
+44 1412872000
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Purchase of Euro Emission Standard 6, Diesel Operated, 13m3 – 16m3 body Refuse Collection Vehicles (for Domestic & Commercial uplifts)
Reference number
- GCC006051CPU
two.1.2) Main CPV code
- 34144511 - Refuse-collection vehicles
two.1.3) Type of contract
Supplies
two.1.4) Short description
Purchase of euro emission standard 6, diesel operated, 13 cubic metres (m3) - 16 cubic metres (m3) body refuse collection vehicles (for domestic & commercial uplifts)
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: £5,306,084
two.2) Description
two.2.2) Additional CPV code(s)
- 34144510 - Vehicles for refuse
- 34144511 - Refuse-collection vehicles
- 34144512 - Refuse-compaction vehicles
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
This procurement relates to the following two types of refuse collection vehicles formed part of the tender scope:
Vehicle 1 - Size 13m3 – 16m3 body with cab configuration for a driver and 4 operatives with low level split hoist– Quantity 16
Vehicle 2 – Size 13m3 – 16m3 body with cab configuration for a driver and 4 operatives with trade hoist– Quantity 6
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Service Delivery / Weighting: 20
Quality criterion - Name: Warranty / Weighting: 2.5
Quality criterion - Name: Training / Weighting: 2.5
Price - Weighting: 65
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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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: 2017/S 145-298931
Section five. Award of contract
Contract No
GCC006051CPU
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 June 2024
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
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
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
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £5,306,084
Section six. Complementary information
six.3) Additional information
This contract was conducted under Category 2 (7.5T and above) Purchase & Parts Only of Heavy Vehicles of the council’s Dynamic Purchasing System (DPS) for the Purchase, Maintenance and Repair of Heavy Vehicles and Plant, reference GCC003831CPU
(SC Ref:769180)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Glasgow
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
Glasgow City council ("the 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, conclude the framework agreement or establish a dynamic purchasing
system. 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 85(1) of the Public Contracts (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 Sherriff Court of the Court of Session where 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, conclude the
framework agreement or establish the dynamic purchasing system 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 information