Notice Information
Notice Title
The Supply, Delivery, Fitting, Puncture Repair and Disposal of Tyres for Vehicle and Plant
Notice Description
Glasgow City Council is inviting tender bids for the Supply, Delivery, Fitting, Puncture Repair and Disposal of Tyres for Vehicle and Plant.
Lot Information
Lot 1
Glasgow City Council is inviting tender bids for the Supply, Delivery, Fitting, Puncture Repair and Disposal of Tyres for Vehicle and Plant. Council is appointing one Service Provider to provide all associated services listed below: Supply, Fit, Puncture Repair (and associated services) & Disposal of tyres for Cars & Vans. Trucks Agricultural/Plant Supply Only for tyres for Cars and Vans Trucks Agricultural/Plant
Renewal: The contract is expected to run for two years with an option to extend for two periods each up to 12-month. Any extension will be exercised by the council serving notice on the bidder in accordance with the council's Terms and Conditions.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-037447
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006395-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
50 - Repair and maintenance services
-
- CPV Codes
34350000 - Tyres for heavy/light-duty vehicles
34351000 - Light-duty tyres
34351100 - Tyres for motor cars
34352000 - Heavy-duty tyres
34352100 - Tyres for trucks
34352200 - Tyres for buses
34411200 - Tyres for motorcycles
34631400 - Wheel axles and tyres and other parts of locomotives or rolling stock
34913200 - Retreaded tyres
50116500 - Tyre repair services, including fitting and balancing
50116510 - Tyre-remoulding services
Notice Value(s)
- Tender Value
- £3,800,000 £1M-£10M
- Lots Value
- £1,300,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £3,800,000 £1M-£10M
Notice Dates
- Publication Date
- 6 Mar 20232 years ago
- Submission Deadline
- 11 Nov 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 22 Feb 20224 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- June 2024
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Raji Purba, raji purba
- Contact Email
- raji.purba@glasgow.gov.uk
- Contact Phone
- +44 1412879077
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-037447-2023-03-06T09:34:59Z",
"date": "2023-03-06T09:34:59Z",
"ocid": "ocds-h6vhtk-037447",
"description": "(SC Ref:724531)",
"initiationType": "tender",
"tender": {
"id": "GCC005347CPU",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "The Supply, Delivery, Fitting, Puncture Repair and Disposal of Tyres for Vehicle and Plant",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50116500",
"description": "Tyre repair services, including fitting and balancing"
},
"mainProcurementCategory": "services",
"description": "Glasgow City Council is inviting tender bids for the Supply, Delivery, Fitting, Puncture Repair and Disposal of Tyres for Vehicle and Plant.",
"value": {
"amount": 3800000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Glasgow City Council is inviting tender bids for the Supply, Delivery, Fitting, Puncture Repair and Disposal of Tyres for Vehicle and Plant. Council is appointing one Service Provider to provide all associated services listed below: Supply, Fit, Puncture Repair (and associated services) & Disposal of tyres for Cars & Vans. Trucks Agricultural/Plant Supply Only for tyres for Cars and Vans Trucks Agricultural/Plant",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 1300000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract is expected to run for two years with an option to extend for two periods each up to 12-month. Any extension will be exercised by the council serving notice on the bidder in accordance with the council's Terms and Conditions."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34350000",
"description": "Tyres for heavy/light-duty vehicles"
},
{
"scheme": "CPV",
"id": "34351000",
"description": "Light-duty tyres"
},
{
"scheme": "CPV",
"id": "34351100",
"description": "Tyres for motor cars"
},
{
"scheme": "CPV",
"id": "34352000",
"description": "Heavy-duty tyres"
},
{
"scheme": "CPV",
"id": "34352100",
"description": "Tyres for trucks"
},
{
"scheme": "CPV",
"id": "34352200",
"description": "Tyres for buses"
},
{
"scheme": "CPV",
"id": "34411200",
"description": "Tyres for motorcycles"
},
{
"scheme": "CPV",
"id": "34631400",
"description": "Wheel axles and tyres and other parts of locomotives or rolling stock"
},
{
"scheme": "CPV",
"id": "34913200",
"description": "Retreaded tyres"
},
{
"scheme": "CPV",
"id": "50116500",
"description": "Tyre repair services, including fitting and balancing"
},
{
"scheme": "CPV",
"id": "50116510",
"description": "Tyre-remoulding services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "Glasgow"
}
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Financial Check In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted: - There is a minimum financial requirement that affects trading performance, balance sheet strength and current liquidity Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House Trading Performance An overall positive outcome on EBITDA earnings over a 3 year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio EBITDA/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 If a Bidder is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with. An Bidder should have no outstanding issues, with regard to statutory filing requirements with Companies House. Bidder who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Due to the potential negative financial consequences of the pandemic on company finances, Glasgow City Council also requires assurance regarding current liquidity of the bidding company The Bidder must provide a Letter of Comfort from its own bank to satisfy the above financial requirement. Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage. Glasgow City Council's Insurance Requirements are: >Bidder shall take out and maintain, throughout the period of the contract, Employers' Liability - in accordance with Regulation 5 of the Employers' Liability (Compulsory Insurance) Regulations 1998 to a minimum indemnity limit of GBP 10 million each and every occurrence; >Bidder shall take out and maintain, throughout the period of the contract, Products Liability - to a minimum indemnity limit of GBP 5 million each and every occurrence and in the aggregate in respect of Products. >Bidder shall take out and maintain, throughout the period of the contract, Public Liability - to a minimum indemnity limit of GBP 5 million each and every occurrence and in the aggregate in respect of Products. Public Liability should extend to cover Service Indemnity; >Motor Vehicle - in accordance with the provisions of the current Road Traffic Act 1988 to a minimum indemnity limit of GBP 5 million each and every occurrence",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Technical & Professional Ability Bidders are required to provide evidence of having the necessary capacity and capability to deliver the requirement as described in Section 11.2.4/2.2 of the Contract Notice and Section 4 of this ITT document. Bidders are required to respond to question 4C.1 within the qualification submission of the tender. Please provide 2 relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice: Example 1 - 50% Example 2 - 50% Total Section 100% Bidders must score a minimum threshold of 60% across both examples and/or Any Bidder who fails to achieve the minimum points score for any question will be disqualified. Please refer to Document One - Invitation to Tender within the Attachment area of the portal within PCST for further information",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "As referenced in Document One - Invitation to Tender and Document Three - Terms & Conditions"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-11-11T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2022-11-11T12:00:00Z"
},
"bidOpening": {
"date": "2022-11-11T12:00:00Z"
},
"hasRecurrence": true,
"reviewDetails": "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",
"recurrence": {
"description": "June 2024"
}
},
"parties": [
{
"id": "GB-FTS-203",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Raji Purba",
"telephone": "+44 1412879077",
"email": "raji.purba@glasgow.gov.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.glasgow.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-964",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "PO BOX 23 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "GB-FTS-73933",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "40 John St, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "raji purba",
"telephone": "+44 1412879077",
"email": "raji.purba@glasgow.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.glasgow.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-62046",
"name": "R & J Strang Tyre Services Ltd",
"identifier": {
"legalName": "R & J Strang Tyre Services Ltd"
},
"address": {
"streetAddress": "69 May Gardens",
"locality": "Hamilton",
"region": "UKM95",
"postalCode": "ML3 0SS",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-2494",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"locality": "Glasgow",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-73933",
"name": "Glasgow City Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000724531"
}
],
"language": "en",
"awards": [
{
"id": "006395-2023-GCC005347CPU-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-62046",
"name": "R & J Strang Tyre Services Ltd"
}
]
}
],
"contracts": [
{
"id": "006395-2023-GCC005347CPU-1",
"awardID": "006395-2023-GCC005347CPU-1",
"status": "active",
"value": {
"amount": 3800000,
"currency": "GBP"
},
"dateSigned": "2022-02-22T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}