Notice Information
Notice Title
Vehicle Maintenance and Repair
Notice Description
The council requires Bidders to submit bids for the provision of Vehicle Maintenance and Repair services to the council's vehicles, the main aim of this framework agreement is to ensure that all vehicles under the remit of the council are maintained, repaired and roadworthy. The fleet of vehicles are made up of a diverse range of vehicles from small cars, car derived vans, light goods vehicles such as caged and tipper vans, tail-lift box vehicles, minibuses, roads, lighting maintenance vehicles, gritters and tippers, skip and refuse collection vehicles, heavy articulated trucks and trailers etc. There are 9 lots as stated below- Lot 1 -Vehicle Engine Inspection and Refurbishment (for light and heavy vehicles) Lot 2- Vehicle Tachograph Calibration and Repairs Lot 3 -Vehicle Transmission Equipment, Repair and Replacement (for light and heavy vehicles) Lot 4 -Vehicle Electrical systems (all vehicles) Lot 5 -Vehicle Servicing and Repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonnes Lot 6 -Vehicle Repairs for cars /car Derived vans including accidental damage Lot7 -Vehicle Repairs for Light goods Vehicles (LGV) up to 3.5 tonne including accidental damage Lot 8- Vehicle Repairs for Heavy Goods Vehicles (HGV) above 3.5 tonne including accidental damage Lot 9 - Vehicle Ministry of Transport (MOT's), preparation MOT's and associated servicing and repairs for Heavy Goods Vehicles (HGV) above 3.5 tonne. The council will outsourced the services required for Lots 1,2 and 3. The council will only outsource the required services for Lot 4, 5, 6, 7, 8 and 9 if they do not have the capacity to undertake this service in house.
Lot Information
Vehicle Engine Inspection and Refurbishment (for light and heavy vehicles)
This is for the provision of vehicle engine inspection and refurbishment services. The Supplier will be expected to undertake- General Engine Diagnosis Cylinder Head and Valve Train Diagnosis and Repair Engine Block Diagnosis and Repair Lubrication and Cooling Systems Diagnosis and Repair Fuel, Electrical, Ignition, Exhaust Systems Inspection and Service
Vehicle Tachograph Calibration and Repairs (light and heavy vehicles)This is for the provision of scheduled 2 yearly tachograph calibration and repair services for the council's vehicles to ensure the council continues to meet its legal requirements including providing a clear reference to repair or replace, calibrate and re-seal to Digital and Smart Annex 1C tachographs. The council requires the bidders to undertake- Vehicle Calibration and Repair (scheduled maintenance) Carry out test procedures Repairs to Vehicle Unit Vehicle Unit Replacement Completed Certification
Vehicle Electrical systems (all vehicles)This is for the provision of vehicle electrical system services for the council's vehicles. The council requires the Supplier to understand vehicle system fault diagnosis criteria and techniques and must be able to use fault diagnostic techniques and equipment to determine the performance of vehicle system. The council will only outsource this service if they do not have the capacity to undertake this in house. The Supplier is required to undertake- Security Systems Environmental Passenger Protection Car Key Replacement Other Essential work
Vehicle Repairs for cars /car Derived vans including accidental damageThis is for the provision of vehicle repairs for cars, car derived vans including accidental damage for the council's vehicles and ancillary equipment such as tail lifts etc when they do not have the capacity to undertake this inhouse. The council requires repair services for accident and operational damage, as well as ad-hoc repairs. The Supplier is required to undertake Body coach works including structural works. Electrical works. Mechanical works. Specialist component equipment repairs. Vehicle modification works. Panel spray painting for ad hoc requests. Provision of support on any manufacturer recall process repair. All estimates should be configured on the AUDATEX system or equivalent All repair estimates should have picture evidence of different stages of the repair including in and out of paint on request. Repairs to auxiliary equipment including tail lifts Transporting Vehicles
Vehicle Servicing and Repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonnesThis is for the provision of vehicle servicing and repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonne and will involve Class 4, 5 and 7 including electric vehicles, to ensure that the council continues to meet its legal requirement. The council will outsource the mandatory MOT's, including service and repairs, only if they do not have the capacity or resource to undertake this inhouse for light vehicles up to 3.5 tonnes. The Supplier is required to undertake- Ministry of Transport and associated repairs and or servicing at the time of MOT.
Vehicle Repairs for Light goods Vehicles up to 3.5 tonne including accidental damageThis is for the provision of vehicle repair for Light Goods Vehicles up to 3.5 tonne including accidental damage for the council's vehicles and ancillary equipment such as tail lifts, penny cranes etc when they do not have the capacity to undertake this in-house. The council requires repair services for accident and operational damage, as well as ad-hoc repairs. The Supplier is required to undertake- Body coach works including structural works. Electrical works. Mechanical works. Specialist component equipment repairs. Vehicle modification works. Panel spray painting for ad hoc requests. Provision of support on any manufacturer recall process repair. All estimates should be configured on the AUDATEX system or equivalent All repair estimates should have picture evidence of different stages of the repair including in and out of paint on request. Repairs to auxiliary equipment including tail lifts Transporting Vehicles
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03d497
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016229-2023
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
50 - Repair and maintenance services
-
- CPV Codes
31610000 - Electrical equipment for engines and vehicles
34310000 - Engines and engine parts
50000000 - Repair and maintenance services
50110000 - Repair and maintenance services of motor vehicles and associated equipment
50433000 - Calibration services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £2,120,000 £1M-£10M
Notice Dates
- Publication Date
- 8 Jun 20232 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 27 Mar 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
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
- Not specified
- Contact Email
- caroline.dougan@glasgow.gov.uk
- Contact Phone
- +44 1412876471
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
Notice URLs
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-03d497-2023-06-08T09:11:30+01:00",
"date": "2023-06-08T09:11:30+01:00",
"ocid": "ocds-h6vhtk-03d497",
"description": "SPD Questions 4D.1,4D1.1,4D1.2,4D2,4D2.1 and 4D2.2; Bidders may hold the certificates for Quality Assurance Scheme, Environmental Management Standards or comply with all the questions noted in SPD Section. 4D. Please refer to Qualification Envelope within the PCS-T portal for these questions. Health and Safety Questionnaire - Document Eight , Bidders only required to complete one copy if you are bidding for one or more than lot and submit this will your bid submission. The H and S Questionnaire will be evaluated pass or fail. The council are looking for a maximum of 3 suppliers per lot for this framework agreement on 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 info they wish the council to consider withholding is specifically indicated on the FOI certificate contained in the buyer's attachment area within the PCST portal (NB the council does not bind itself to withhold this info). Tenderers Amendments- Applicants must enter any clause, condition, amendment to specification or any other qualification or reservation they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate that is contained within the buyer's attachment area within PCST portal. Prompt Payment -The successful tenderer 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. Applicants will be required to complete the prompt payment certificate contained in the buyer's attachment area within PCST portal. Non Collusion -Applicants will be required to complete the Non Collusion certificate contained in the buyers attachment area within the PCS Tender portal. Insurance Mandate-All successful suppliers will be required to sign an Insurance Mandate, contained in the buyer's attachment area within the PCS Tender portal authorising the Council to request copies of insurance docs 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. Draft T&C's are located within the buyers attachment area within the PCST portal. Additional info pertaining to this contract notice is contained in the ITT documents situated within the buyer's attachment area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. (SC Ref:730731)",
"initiationType": "tender",
"tender": {
"id": "GCC004928CPU",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Vehicle Maintenance and Repair",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
"mainProcurementCategory": "services",
"description": "The council requires Bidders to submit bids for the provision of Vehicle Maintenance and Repair services to the council's vehicles, the main aim of this framework agreement is to ensure that all vehicles under the remit of the council are maintained, repaired and roadworthy. The fleet of vehicles are made up of a diverse range of vehicles from small cars, car derived vans, light goods vehicles such as caged and tipper vans, tail-lift box vehicles, minibuses, roads, lighting maintenance vehicles, gritters and tippers, skip and refuse collection vehicles, heavy articulated trucks and trailers etc. There are 9 lots as stated below- Lot 1 -Vehicle Engine Inspection and Refurbishment (for light and heavy vehicles) Lot 2- Vehicle Tachograph Calibration and Repairs Lot 3 -Vehicle Transmission Equipment, Repair and Replacement (for light and heavy vehicles) Lot 4 -Vehicle Electrical systems (all vehicles) Lot 5 -Vehicle Servicing and Repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonnes Lot 6 -Vehicle Repairs for cars /car Derived vans including accidental damage Lot7 -Vehicle Repairs for Light goods Vehicles (LGV) up to 3.5 tonne including accidental damage Lot 8- Vehicle Repairs for Heavy Goods Vehicles (HGV) above 3.5 tonne including accidental damage Lot 9 - Vehicle Ministry of Transport (MOT's), preparation MOT's and associated servicing and repairs for Heavy Goods Vehicles (HGV) above 3.5 tonne. The council will outsourced the services required for Lots 1,2 and 3. The council will only outsource the required services for Lot 4, 5, 6, 7, 8 and 9 if they do not have the capacity to undertake this service in house.",
"lots": [
{
"id": "1",
"title": "Vehicle Engine Inspection and Refurbishment (for light and heavy vehicles)",
"description": "This is for the provision of vehicle engine inspection and refurbishment services. The Supplier will be expected to undertake- General Engine Diagnosis Cylinder Head and Valve Train Diagnosis and Repair Engine Block Diagnosis and Repair Lubrication and Cooling Systems Diagnosis and Repair Fuel, Electrical, Ignition, Exhaust Systems Inspection and Service",
"awardCriteria": {
"criteria": [
{
"name": "Fair Work Practice",
"type": "quality",
"description": "5"
},
{
"name": "Operational - Fleet Management",
"type": "quality",
"description": "4"
},
{
"name": "Operational - Supply Chain / Spare Parts",
"type": "quality",
"description": "3"
},
{
"name": "Operational - Commercial Premises",
"type": "quality",
"description": "2"
},
{
"name": "Operational - Service Deliver",
"type": "quality",
"description": "16"
},
{
"name": "Operational - Service",
"type": "quality",
"description": "4"
},
{
"name": "Communication / Escalation",
"type": "quality",
"description": "2"
},
{
"name": "Sustainability",
"type": "quality",
"description": "4"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Vehicle Tachograph Calibration and Repairs (light and heavy vehicles)",
"description": "This is for the provision of scheduled 2 yearly tachograph calibration and repair services for the council's vehicles to ensure the council continues to meet its legal requirements including providing a clear reference to repair or replace, calibrate and re-seal to Digital and Smart Annex 1C tachographs. The council requires the bidders to undertake- Vehicle Calibration and Repair (scheduled maintenance) Carry out test procedures Repairs to Vehicle Unit Vehicle Unit Replacement Completed Certification",
"awardCriteria": {
"criteria": [
{
"name": "Fair Work Practice",
"type": "quality",
"description": "5"
},
{
"name": "Operational - Fleet Management",
"type": "quality",
"description": "4"
},
{
"name": "Operational - Supply Chain / Spare Parts",
"type": "quality",
"description": "3"
},
{
"name": "Operational - Commercial Premises",
"type": "quality",
"description": "2"
},
{
"name": "Operational - Service Delivery",
"type": "quality",
"description": "18"
},
{
"name": "Operational - Service",
"type": "quality",
"description": "2"
},
{
"name": "Communication / Escalation",
"type": "quality",
"description": "2"
},
{
"name": "Sustainability",
"type": "quality",
"description": "4"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "4",
"title": "Vehicle Electrical systems (all vehicles)",
"description": "This is for the provision of vehicle electrical system services for the council's vehicles. The council requires the Supplier to understand vehicle system fault diagnosis criteria and techniques and must be able to use fault diagnostic techniques and equipment to determine the performance of vehicle system. The council will only outsource this service if they do not have the capacity to undertake this in house. The Supplier is required to undertake- Security Systems Environmental Passenger Protection Car Key Replacement Other Essential work",
"awardCriteria": {
"criteria": [
{
"name": "Fair Work Practice",
"type": "quality",
"description": "5"
},
{
"name": "Operational - Fleet Management",
"type": "quality",
"description": "4"
},
{
"name": "Operational - Supply Chain / Spare Parts",
"type": "quality",
"description": "3"
},
{
"name": "Operational - Commercial Premises",
"type": "quality",
"description": "2"
},
{
"name": "Operational - Service Delivery",
"type": "quality",
"description": "16"
},
{
"name": "Operational - Service",
"type": "quality",
"description": "4"
},
{
"name": "Communication / Escalation",
"type": "quality",
"description": "2"
},
{
"name": "Sustainability",
"type": "quality",
"description": "4"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "6",
"title": "Vehicle Repairs for cars /car Derived vans including accidental damage",
"description": "This is for the provision of vehicle repairs for cars, car derived vans including accidental damage for the council's vehicles and ancillary equipment such as tail lifts etc when they do not have the capacity to undertake this inhouse. The council requires repair services for accident and operational damage, as well as ad-hoc repairs. The Supplier is required to undertake Body coach works including structural works. Electrical works. Mechanical works. Specialist component equipment repairs. Vehicle modification works. Panel spray painting for ad hoc requests. Provision of support on any manufacturer recall process repair. All estimates should be configured on the AUDATEX system or equivalent All repair estimates should have picture evidence of different stages of the repair including in and out of paint on request. Repairs to auxiliary equipment including tail lifts Transporting Vehicles",
"awardCriteria": {
"criteria": [
{
"name": "Fair Work Practice",
"type": "quality",
"description": "5"
},
{
"name": "Operational - Fleet Management",
"type": "quality",
"description": "4"
},
{
"name": "Operational - Supply Chain / Spare Parts",
"type": "quality",
"description": "3"
},
{
"name": "Operational - Commercial Premises",
"type": "quality",
"description": "2"
},
{
"name": "Operational - Service Delivery",
"type": "quality",
"description": "12"
},
{
"name": "Operational - Service",
"type": "quality",
"description": "8"
},
{
"name": "Communication / Escalation",
"type": "quality",
"description": "2"
},
{
"name": "Sustainability",
"type": "quality",
"description": "4"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "5",
"title": "Vehicle Servicing and Repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonnes",
"description": "This is for the provision of vehicle servicing and repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonne and will involve Class 4, 5 and 7 including electric vehicles, to ensure that the council continues to meet its legal requirement. The council will outsource the mandatory MOT's, including service and repairs, only if they do not have the capacity or resource to undertake this inhouse for light vehicles up to 3.5 tonnes. The Supplier is required to undertake- Ministry of Transport and associated repairs and or servicing at the time of MOT.",
"awardCriteria": {
"criteria": [
{
"name": "Fair Work Practice",
"type": "quality",
"description": "5"
},
{
"name": "Operational - Fleet Management",
"type": "quality",
"description": "4"
},
{
"name": "Operational - Supply Chain / Spare Parts",
"type": "quality",
"description": "3"
},
{
"name": "Operational - Commercial Premises",
"type": "quality",
"description": "2"
},
{
"name": "Operational - Service Delivery",
"type": "quality",
"description": "18"
},
{
"name": "Operational - Service",
"type": "quality",
"description": "2"
},
{
"name": "Communication / Escalation",
"type": "quality",
"description": "2"
},
{
"name": "Sustainability",
"type": "quality",
"description": "4"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "7",
"title": "Vehicle Repairs for Light goods Vehicles up to 3.5 tonne including accidental damage",
"description": "This is for the provision of vehicle repair for Light Goods Vehicles up to 3.5 tonne including accidental damage for the council's vehicles and ancillary equipment such as tail lifts, penny cranes etc when they do not have the capacity to undertake this in-house. The council requires repair services for accident and operational damage, as well as ad-hoc repairs. The Supplier is required to undertake- Body coach works including structural works. Electrical works. Mechanical works. Specialist component equipment repairs. Vehicle modification works. Panel spray painting for ad hoc requests. Provision of support on any manufacturer recall process repair. All estimates should be configured on the AUDATEX system or equivalent All repair estimates should have picture evidence of different stages of the repair including in and out of paint on request. Repairs to auxiliary equipment including tail lifts Transporting Vehicles",
"awardCriteria": {
"criteria": [
{
"name": "Fair Work Practice",
"type": "quality",
"description": "5"
},
{
"name": "Operational - Fleet Management",
"type": "quality",
"description": "4"
},
{
"name": "Operational - Supply Chain / Spare Parts",
"type": "quality",
"description": "3"
},
{
"name": "Operational - Commercial Premises",
"type": "quality",
"description": "2"
},
{
"name": "Operational - Service Delivery",
"type": "quality",
"description": "12"
},
{
"name": "Operational - Service",
"type": "quality",
"description": "8"
},
{
"name": "Communication / Escalation",
"type": "quality",
"description": "2"
},
{
"name": "Sustainability",
"type": "quality",
"description": "4"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34310000",
"description": "Engines and engine parts"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Predominantly at the Supplier's premises and when required the council's premises."
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50433000",
"description": "Calibration services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Supplier's premises"
},
"relatedLot": "2"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31610000",
"description": "Electrical equipment for engines and vehicles"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Roadside and Council's premises"
},
"relatedLot": "4"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50110000",
"description": "Repair and maintenance services of motor vehicles and associated equipment"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Supplier's Premises"
},
"relatedLot": "6"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50110000",
"description": "Repair and maintenance services of motor vehicles and associated equipment"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Supplier's premises"
},
"relatedLot": "5"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50110000",
"description": "Repair and maintenance services of motor vehicles and associated equipment"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Supplier's premises"
},
"relatedLot": "7"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
]
},
"awards": [
{
"id": "016229-2023-1",
"relatedLots": [
"2"
],
"title": "Vehicle Tachograph Calibration and Repairs (light and heavy vehicles)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-84675",
"name": "MOTUS Commercials"
}
]
},
{
"id": "016229-2023-2",
"relatedLots": [
"4"
],
"title": "Vehicle Electrical systems (all vehicles)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-84676",
"name": "Elprosys uk ltd"
}
]
},
{
"id": "016229-2023-3",
"relatedLots": [
"7"
],
"title": "Vehicle Repairs for Light goods Vehicles up to 3.5 tonne including accidental damage",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-84677",
"name": "GORDON COOLEY COACHBUILDERS LTD"
},
{
"id": "GB-FTS-84679",
"name": "Agmors Coachwork Ltd"
}
]
},
{
"id": "016229-2023-4",
"relatedLots": [
"6"
],
"title": "Vehicle Repairs for cars /car Derived vans including accidental damage",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-84677",
"name": "GORDON COOLEY COACHBUILDERS LTD"
},
{
"id": "GB-FTS-84679",
"name": "Agmors Coachwork Ltd"
}
]
},
{
"id": "016229-2023-5",
"relatedLots": [
"1"
],
"title": "Vehicle Engine Inspection and Refurbishment (for light and heavy vehicles)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-2563",
"name": "Pistons & Components (Glasgow) Ltd"
}
]
},
{
"id": "016229-2023-6",
"relatedLots": [
"5"
],
"title": "Vehicle Servicing and Repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonnes",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-84678",
"name": "Springhill Mot Station Ltd"
}
]
}
],
"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": {
"telephone": "+44 1412876471",
"email": "caroline.dougan@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",
"description": "Vehicle Maintenance and Repair"
}
]
}
},
{
"id": "GB-FTS-84675",
"name": "MOTUS Commercials",
"identifier": {
"legalName": "MOTUS Commercials"
},
"address": {
"streetAddress": "131 Bogmoor Road, Govan",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G51 4TH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1414251530",
"faxNumber": "+44 1414251840"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-84676",
"name": "Elprosys uk ltd",
"identifier": {
"legalName": "Elprosys uk ltd"
},
"address": {
"streetAddress": "19, Underwood road",
"locality": "Paisley",
"region": "UK",
"postalCode": "PA3 1TH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-84677",
"name": "GORDON COOLEY COACHBUILDERS LTD",
"identifier": {
"legalName": "GORDON COOLEY COACHBUILDERS LTD"
},
"address": {
"streetAddress": "10/12 EVANTON PLACE THORNLIEBANK IND EST",
"locality": "GLASGOW",
"region": "UK",
"postalCode": "G468JE",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1416388094"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-2563",
"name": "Pistons & Components (Glasgow) Ltd",
"identifier": {
"legalName": "Pistons & Components (Glasgow) Ltd"
},
"address": {
"streetAddress": "427 Drumoyne Road Industrial Area",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 4DD",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1413398685",
"faxNumber": "+44 1414452646"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-84678",
"name": "Springhill Mot Station Ltd",
"identifier": {
"legalName": "Springhill Mot Station Ltd"
},
"address": {
"streetAddress": "200/220 Swinton Road, Baillieston, Baillieston",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G69 6DP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1417730087"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-84679",
"name": "Agmors Coachwork Ltd",
"identifier": {
"legalName": "Agmors Coachwork Ltd"
},
"address": {
"streetAddress": "620 south st, Whiteinch",
"locality": "glasgow",
"region": "UKM82",
"postalCode": "G14 0TR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7789233932"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-9474",
"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": "G2 9DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.scotcourts.gov.uk/the-courts/court-location/glasgow-sheriff-court-and-justice-of-the-peace-court"
}
}
],
"buyer": {
"id": "GB-FTS-203",
"name": "Glasgow City Council"
},
"contracts": [
{
"id": "016229-2023-1",
"awardID": "016229-2023-1",
"title": "Vehicle Tachograph Calibration and Repairs (light and heavy vehicles)",
"status": "active",
"value": {
"amount": 80000,
"currency": "GBP"
},
"dateSigned": "2023-03-28T00:00:00+01:00"
},
{
"id": "016229-2023-2",
"awardID": "016229-2023-2",
"title": "Vehicle Electrical systems (all vehicles)",
"status": "active",
"value": {
"amount": 360000,
"currency": "GBP"
},
"dateSigned": "2023-03-28T00:00:00+01:00"
},
{
"id": "016229-2023-3",
"awardID": "016229-2023-3",
"title": "Vehicle Repairs for Light goods Vehicles up to 3.5 tonne including accidental damage",
"status": "active",
"value": {
"amount": 100000,
"currency": "GBP"
},
"dateSigned": "2023-03-28T00:00:00+01:00"
},
{
"id": "016229-2023-4",
"awardID": "016229-2023-4",
"title": "Vehicle Repairs for cars /car Derived vans including accidental damage",
"status": "active",
"value": {
"amount": 140000,
"currency": "GBP"
},
"dateSigned": "2023-03-28T00:00:00+01:00"
},
{
"id": "016229-2023-5",
"awardID": "016229-2023-5",
"title": "Vehicle Engine Inspection and Refurbishment (for light and heavy vehicles)",
"status": "active",
"value": {
"amount": 800000,
"currency": "GBP"
},
"dateSigned": "2023-03-28T00:00:00+01:00"
},
{
"id": "016229-2023-6",
"awardID": "016229-2023-6",
"title": "Vehicle Servicing and Repairs including Ministry of Transport (MOT) for light vehicles up to 3.5 tonnes",
"status": "active",
"value": {
"amount": 640000,
"currency": "GBP"
},
"dateSigned": "2023-03-28T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "2",
"value": 2
},
{
"id": "6",
"measure": "bids",
"relatedLot": "4",
"value": 1
},
{
"id": "11",
"measure": "bids",
"relatedLot": "7",
"value": 3
},
{
"id": "16",
"measure": "bids",
"relatedLot": "6",
"value": 3
},
{
"id": "21",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "26",
"measure": "bids",
"relatedLot": "5",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "2",
"value": 1
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "4",
"value": 1
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "7",
"value": 2
},
{
"id": "17",
"measure": "smeBids",
"relatedLot": "6",
"value": 2
},
{
"id": "22",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "27",
"measure": "smeBids",
"relatedLot": "5",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "4",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "7",
"value": 0
},
{
"id": "18",
"measure": "foreignBidsFromEU",
"relatedLot": "6",
"value": 0
},
{
"id": "23",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "28",
"measure": "foreignBidsFromEU",
"relatedLot": "5",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "4",
"value": 0
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "7",
"value": 0
},
{
"id": "19",
"measure": "foreignBidsFromNonEU",
"relatedLot": "6",
"value": 0
},
{
"id": "24",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "29",
"measure": "foreignBidsFromNonEU",
"relatedLot": "5",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "2",
"value": 2
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "4",
"value": 1
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "7",
"value": 3
},
{
"id": "20",
"measure": "electronicBids",
"relatedLot": "6",
"value": 3
},
{
"id": "25",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
},
{
"id": "30",
"measure": "electronicBids",
"relatedLot": "5",
"value": 3
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:687116-2022:TEXT:EN:HTML"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000687116"
}
],
"language": "en"
}