Awarded contract

Maintenance and Repair of Plant and Vehicle Lifting Equipment Framework

  • Glasgow City Council

F03: Contract award notice

Notice reference: 2023/S 000-032365

Published 1 November 2023, 4:22pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Contact

Caroline Dougan

Email

caroline.dougan@glasgow.gov.uk

Telephone

+44 1412876845

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Maintenance and Repair of Plant and Vehicle Lifting Equipment Framework

Reference number

GCC005440CPU

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 Maintenance and Repair of Plant and Vehicle Lifting Equipment services to deliver maintenance and repairs to the council’s fleet of vehicles.

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: £820,296

two.2) Description

two.2.1) Title

Maintenance of Cranes – (Hydraulic, electric motor-cable and grid lifter hydraulic)

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

The Supplier shall be responsible for the undernoted-

1.Annual Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs for cranes– (Hydraulic, electric motor-cable and grid lifter hydraulic)

2.Ensure that all lifting equipment is:

-fit for purpose and appropriate for the task

-suitably marked to indicate safe working load sizes which the equipment can handle

-Operating to manufacturers specification

-installed correctly and positioned to minimise any risks.

-Retain records of all examinations and any defects found which must also be reported to council.

two.2.5) Award criteria

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

Quality criterion - Name: Service Delivery / Weighting: 29

Quality criterion - Name: Sustainability / Weighting: 6

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

Maintenance of Forklifts, Vehicle Hook-lifts and Plant Loaders

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

The Supplier shall be responsible for the undernoted-

1. Annual Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs.

-Ensure that all lifting equipment is:

-fit for purpose and appropriate for the task

-suitably marked to indicate safe working load sizes which the equipment can handle

-Operating to manufacturers specification

-installed correctly and positioned to minimise any risks.

-Retain records of all examinations and any defects found which must also be reported to council.

two.2.5) Award criteria

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

Quality criterion - Name: Service Delivery / Weighting: 29

Quality criterion - Name: Sustainability / Weighting: 6

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

Maintenance of Wheel Chair Access Passenger Lifts and Vehicle Tail Lifts

Lot No

3

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

Annual Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs.

-Ensure that all lifting equipment is-

-fit for purpose and appropriate for the task

-suitably marked to indicate safe working load sizes which the equipment can handle

-Operating to manufacturers specification

-installed correctly and positioned to minimise any risks.

-Retain records of all examinations and any defects found which must also be reported to council.

two.2.5) Award criteria

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

Quality criterion - Name: Service Delivery / Weighting: 29

Quality criterion - Name: Sustainability / Weighting: 6

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

Maintenance of Powered Access Platforms (Cherry Pickers)

Lot No

4

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

Six monthly and 12 monthly Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs.

Ensure that all lifting equipment is-

-fit for purpose and appropriate for the task

-suitably marked to indicate safe working load sizes which the equipment can handle

-Operating to manufacturers specification

-installed correctly and positioned to minimise any risks.

-Retain records of all examinations and any defects found which must also be reported to council.

two.2.5) Award criteria

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

Quality criterion - Name: Service Delivery / Weighting: 29

Quality criterion - Name: Sustainability / Weighting: 6

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: 2023/S 000-005019


Section five. Award of contract

Lot No

1

Title

Maintenance of Cranes – (Hydraulic, electric motor-cable and grid lifter hydraulic)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 September 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: 1

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

Savage Engineering Services Ltd

Old Struther Farm

Larkhall

ML92TS

Telephone

+44 7870681566

Country

United Kingdom

NUTS code
  • UKM95 - South Lanarkshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £141,660

Total value of the contract/lot: £245,992


Section five. Award of contract

Lot No

4

Title

Maintenance of Powered Access Platforms (Cherry Pickers)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 September 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: 1

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

Savage Engineering Services Ltd

Old Struther Farm

Larkhall

ML92TS

Telephone

+44 7870681566

Country

United Kingdom

NUTS code
  • UKM95 - South Lanarkshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £199,200

Total value of the contract/lot: £124,324


Section five. Award of contract

Lot No

2

Title

Maintenance of Forklifts, Vehicle Hook-lifts and Plant Loaders

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 September 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: 1

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

Savage Engineering Services Ltd

Old Struther Farm

Larkhall

ML92TS

Telephone

+44 7870681566

Country

United Kingdom

NUTS code
  • UKM95 - South Lanarkshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £58,400

Total value of the contract/lot: £49,224


Section five. Award of contract

Lot No

3

Title

Maintenance of Wheel Chair Access Passenger Lifts and Vehicle Tail Lifts

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 September 2023

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: Yes

five.2.3) Name and address of the contractor

JNS Lift Ltd

60 Inchinnan Road, paisley

PAISLEY

PA3 2RE

Telephone

+44 1418491665

Fax

+44 1505321155

Country

United Kingdom

NUTS code
  • UKM8 - West Central Scotland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

central taillift services limited

bois bridge, north road

inverkeithing

ky11 1hq

Telephone

+44 8452268101

Fax

+44 8452268101

Country

United Kingdom

NUTS code
  • UKM77 - Perth & Kinross and Stirling
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Savage Engineering Services Ltd

Old Struther Farm

Larkhall

ML92TS

Telephone

+44 7870681566

Country

United Kingdom

NUTS code
  • UKM95 - South Lanarkshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £445,200

Total value of the contract/lot: £400,756


Section six. Complementary information

six.3) Additional information

Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts

(Scotland) Regulations 2015.

For SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; Bidders should hold the relevant certificates for Quality Assurance Schemes and Environmental Management Standards . If Bidders do not hold the relevant certificates, they will be required to respond to supporting questions.

Bidders must complete Document Eight – Health and Safety Questionnaire and submit it with the tender submission (Only bidders who pass the health and safety aspect shall be considered.

The council is looking for a maximum of 3 suppliers per lot for this framework agreement an 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 information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information).

Tenderers Amendments

Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer.

Prompt Payment

The successful Supplier 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.

Non Collusion

Bidders will be required to complete the Non Collusion certificate.

Insurance Mandate

All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents 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.

Framework Agreement terms are located within the attachments area within the PCS Tender portal and are reference Document Two.

Additional information pertaining to this contract notice is contained in the Invitation to Tender Document One.

Bidders must ensure they read all the attachments available in the attachment area in line with this contract notice.

(SC Ref:744612)

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Glasgow City 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. 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

86 of The Public Contract (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 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.

VI.5)