Contract

Design, Supply and Install of a Materials Recovery Facility (MRF)

  • Glasgow City Council

F03: Contract award notice

Notice identifier: 2025/S 000-029432

Procurement identifier (OCID): ocds-h6vhtk-040d2f (view related notices)

Published 3 June 2025, 11:06am



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Email

linda.o'dell@glasgow.gov.uk

Telephone

+44 1412876437

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.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

Design, Supply and Install of a Materials Recovery Facility (MRF)

Reference number

GCC005911CPU

two.1.2) Main CPV code

  • 45222100 - Waste-treatment plant construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Procurement for the design, supply and install of a Materials Recovery Facility (MRF) as part of the planned re-development of Glasgow City Council's Easter Queenslie property at 90 Easter Queenslie Road Glasgow G33 4UL.

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: £15,247,313

two.2) Description

two.2.2) Additional CPV code(s)

  • 45232470 - Waste transfer station
  • 90500000 - Refuse and waste related services
  • 90510000 - Refuse disposal and treatment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Procurement of a new MRF to be located on a council site in Easter Queenslie. The site area is ca. 4.57 ha and will be a multiuse site, consisting of an HWRC, material transfer station, MRF, offices and vehicle parking.

The proposed implementation of a new recycling collection model targeting separate collection of fibre (paper / card), containers and film, it is critical that the new MRF is flexible and capable of processing a diverse range of separately collected material streams. It is anticipated that there will be 30,000tpa of fibre and 20,000tpa of containers. The site must also be able to process 30,000 tonnes per annum of commingled recyclable material and waste so that it is equipped to deal with the transition phase of the site.

The Plant will be of optimum modular design and the configuration of the plant will give the council, the best combination between CAPEX, OPEX, and the ability to deliver a high-quality recycling service for the residents of Glasgow City. The purpose of the Plant is to:

- Meet the required needs for a minimum 10-year operating life.

- Improve the overall recycling rate of the input materials compared to current performance.

- Ensure the Works exceeds all regulations and standards.

- Produce high quality output materials to ensure a sustainable long-term market for products; and,

- Design a brand new, state of the art, automated MRF incorporating best practice to be cost effective over the life of the contract with low picker numbers and low life cycle costs.

two.2.5) Award criteria

Quality criterion - Name: Project Programme and Management / Weighting: 5

Quality criterion - Name: Technical Competence and Expertise / Weighting: 10

Quality criterion - Name: Technical Proposal / Weighting: 25

Quality criterion - Name: Footprint, and Access, Lifting and Maintenance (ALM) / Weighting: 15

Quality criterion - Name: Fair Work First / Weighting: 5

Cost criterion - Name: Capital Costs / Weighting: 20

Cost criterion - Name: Operating Costs / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

The council reserves the right to take the option of Robotic Sorters and any additional items from the awarded Supplier.

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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: 2023/S 000-030816


Section five. Award of contract

Contract No

GCC005911CPU

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

2 April 2025

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 4

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: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Turmec Limited

30 Old Bailey,

London

EC4M 7AU

Telephone

+44 7974339980

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: £15,247,313


Section six. Complementary information

six.3) Additional information

(SC Ref:797452)

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

Telephone

+44 1414298888

Country

United Kingdom

six.4.3) Review procedure

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 Sheriff Court or the Court of Session where as 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 clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.