Tender

Winter Maintenance Assistance

  • Glasgow City Council

F02: Contract notice

Notice identifier: 2023/S 000-023445

Procurement identifier (OCID): ocds-h6vhtk-03eec6

Published 10 August 2023, 3:44pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Contact

Craig MacArthur

Email

craig.macarthur@glasgow.gov.uk

Telephone

+44 1412872000

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.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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Winter Maintenance Assistance

Reference number

GCC005835CPU

two.1.2) Main CPV code

  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Glasgow City Council invites suitably qualified and experienced bidders to submit bids for assistance in snow clearing and gritting operations during the winter maintenance period which is classified to start on 31st October and end 30th April.

Please note that such assistance is normally only required when there are severe snow conditions and when Councils are unlikely to be able to carry out their normal activities.

The framework is expected to run for 4 years and 4 months, commencing in November 2023, and ending in March 2028.

1.5.1 Lots

The tender has been allocated into two separate lots and they are as follows:

Lot No Description

1 Roads and Footways

2

Surrounding grounds of Care Homes & Residential Homes

Bidders may bid for one or all lots

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Roads and Footways

Lot No

1

two.2.2) Additional CPV code(s)

  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Glasgow City Council, Neighbourhoods, Regeneration & Sustainability (NRS), are mainly responsible for the Winter Maintenance service within their designated boundaries. Their objective is to ensure that essential routes are available to the public to utilise regardless to the weather conditions in order to avoid risk to lives and damages to properties and vehicles. During periods of prolonged/severe winter weather it is necessary to supplement the council’s in-house resources using external contractor(s). This shall be referred to under Lot 1.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

52

This contract is subject to renewal

No

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

two.2) Description

two.2.1) Title

Surrounding Grounds of Care Homes & Residential Homes

Lot No

2

two.2.2) Additional CPV code(s)

  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Glasgow City Council, Health and Social Care Partnership’s (HSCP) main objective for this procurement exercise is to ensure that essential access is available to care homes and residential homes which provide services to the most vulnerable people in Glasgow. This will require all car parks and access roads within the grounds to be clear of snow to allow access for emergency vehicles. This services shall be referred to under Lot 2.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

52

This contract is subject to renewal

No

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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please provide 2 relevant examples of supplies and/or services carried out during the last five years as specified in the Contract Notice:

(Examples from both public and/or private sector customers and clients may be provided)

Example 1 - 50%

Example 2 - 50%

Total - 100%

Minimum level(s) of standards possibly required

Bidders must score a minimum of 60% for this question. Any Bidder who fails to achieve the minimum points score for any question will be disqualified.


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 several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

To provide cover for the 2027-2028 winter season.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

11 September 2023

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

11 September 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The tender shall be available on the PCS-T website from 3pm on 11/08/2023.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24772. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

Bidders must review the Community Benefits Menu (Document 5B) and indicate the type and volume of any Community Benefits outcomes which they propose to deliver through this framework. The outcomes offered must meet the minimum Community Benefits Points required for the framework. Responses will not be evaluated as part of the tender process. The Methodology the bidder will use to deliver their obligations should be provided as described in section 5.8.

Service provider must offer outcomes equating to 50 points throughout the duration of the framework as and when the following thresholds are reached.

Threshold 1 - 0 - 49,999 – Voluntary

Threshold 2 - 50,000 - 99,999 – Minimum points required – 20

Threshold 3 - 100,000 - 499,999 – Minimum points required –20

Threshold 4 - 500 and above – Minimum points required – 10

Total points for thresholds 1-4 = 50 points

(SC Ref:739720)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Carlton Place, Glasgow

Glasgow

G5 9DA

Country

United Kingdom