Tender

Landfill Consultancy Services

  • Glasgow City Council

F02: Contract notice

Notice identifier: 2025/S 000-047004

Procurement identifier (OCID): ocds-h6vhtk-058393

Published 7 August 2025, 3:32pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Contact

kim mackenzie

Email

kim.mackenzie@ced.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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=0d1b0cd7-4e53-41bd-8cc2-4538308160fc

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=0d1b0cd7-4e53-41bd-8cc2-4538308160fc

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

Landfill Consultancy Services

Reference number

GCC006026CPU

two.1.2) Main CPV code

  • 71313000 - Environmental engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Glasgow City Council invites landfill consultancy suppliers to submit tender returns to provide consultancy services for closed landfill sites owned and operated by the council

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The council is responsible for the management of five closed landfill sites throughout Glasgow and the surrounding areas. Despite these landfill sites no longer accepting biodegradable waste for a considerable period of time, the council has a statutory obligation to ensure environmental impacts associated with these landfill sites are managed correctly to protect the environment.

This tender presents an opportunity for landfill consultancy suppliers to contribute to the responsible management of landfill sites in Glasgow. This contract involves the appointed supplier to support the council in transitioning landfill sites to a definitive closure state, reducing environmental risks and protecting the local surroundings.

The contract will be utilised by Neighbourhoods Regeneration and Sustainability and be applicable to the landfill sites currently managed by the council, namely:

South Cathkin Landfill, Cairnmuir Rd, Glasgow, G74 4GY

Summerston Landfill, Balmore Road Glasgow, G23 5HD

Kilgarth Landfill, Gartgill Road, Coatbridge, ML5 2EQ

Wilderness Landfill, Balmuildty Road Glasgow, G64 3QQ

Cathkin 1, Cathkin Road, Rutherglen, G73 5RS

two.2.5) Award criteria

Quality criterion - Name: Installation / remediation of landfill leachate wastewater treatment plants / Weighting: 20

Quality criterion - Name: Process for definitive closure / Weighting: 5

Quality criterion - Name: retrofitting a successful surface water management system / Weighting: 10

Quality criterion - Name: Surface water management system / Weighting: 5

Quality criterion - Name: Innovative solutions / new systems / technologies / Weighting: 5

Quality criterion - Name: FAIR WORK FIRST / Weighting: 5

Quality criterion - Name: Leachate management and extraction systems / Weighting: 10

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 X UP TO 12 MONTH EXTENSION PERIODS

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.2.14) 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 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 order

to participate in the tendering process:-

There is a minimum financial requirement that affects trading performance and balance sheet strength

Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts accounts with Companies House

Trading Performance

An overall positive outcome on pre tax profits over a 3 year period

Exceptional items can be excluded from the calculation.

The above would be expressed in the ratio Pre-Tax Profit/Turnover

Balance Sheet strength

Net worth of the organisation must be positive at the time of evaluation

and organisation must not be subject to an insolvency process.

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

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

Companies that are only required to file abbreviated accounts, must submit full sets of accounts for the last two individual years filed, in order for the three year profitability requirement to be verified

Minimum level(s) of standards possibly required

Employers Liability – Minimum 10,000,000GBP in respect of each claim without limit to the number of claims.

Public Liability – Minimum 5,000,00GBP in respect of each claim without limit to the number of claims.

Professional Indemnity – Minimum 5,000,000GBP in respect of each claim and in the aggregate. To be maintained for 6 years on completion of their service.

Glasgow City Council also requires that the successful bidder will retain a sufficient level of Professional Indemnity Insurance required to cover any services to be performed within the scope of the contract.

three.1.3) Technical and professional ability

List and brief description of selection criteria

With reference to SPD question 4C1.2, bidders will be required to provide 2 cases studies over the past 5 years that demonstrate that they have the relevant experience

to deliver the services as described in part II.2.4 of the Contract Notice

With reference to SPD question 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion

of the contract.

Suppliers are asked to refer to the Glasgow City Council scoring guidance that will be utilised to asses pre-selection criteria attached identified in the invitation to tender document

Minimum level(s) of standards possibly required

Bidders MUST score no less than 60% of the marks available for the questions above based upon the scoring guidance shown in the ITT.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to Invitation to Tender document for details of contract key performance indicators


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Date

12 September 2025

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

12 September 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: January 2029

six.3) Additional information

Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT.

Tenderers Amendments - Buyers will be required to complete the tenderers amendment certificate contained in the buyers attachment area

within PCS Tender portal.

Prompt Payment - Buyers attachment area within PCS Tender portal

The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any.

Buyers will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal.

Bidders will be required to complete the Non-Collusion certificate contained in the buyers attachments area within the PCS Tender portal

Terms and Conditions are located within Section 3 of the ITT document.

NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already

registered, registration will be required.

To access PCS-Tender, record your interest in this notice and access the tender documentation please visit

https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 12470 under ITTs Open to All Suppliers. Please

use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the ITT it will

move to your My ITTs area.

For further information on using PCS-Tender, please read the Supplier Response Guide:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf

If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29872

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:

As per Glasgow City Council's procedures, community benefits will be applied to this contract. A summary of the expected community benefits

has been provided as follows:

Criteria - Mandatory Non Evaluated Pass/Fail

Voluntary - The council may seek to encourage Voluntary Community Benefits. Voluntary Community Benefits may be identified or proposed

by the successful supplier post-award and throughout the delivery of the contract. Post-award only, no impact on tender process.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29872. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

Mandatory non evaluated pass/fail

(SC Ref:806794)

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

G5 9DA

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Glasgow Sheriff Court and Justice of the Peace Court

PO BOX 23 1 Carlton Place

Glasgow

G5 9DA

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