Award

Transport and Storage of Rock Salt

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

19 Dec 2023 at 15:21

Tender

04 Aug 2023 at 13:37

Summary of the contracting process

The Glasgow City Council has awarded a contract for the transport and storage of rock salt to Hillhouse Quarry Group Ltd. The contract involves accepting deliveries of rock salt, providing storage, shaping the rock salt, and transporting it to various depots within the council boundaries. The contract has a total value of £660,000 and was signed on 12th December 2023.

This tender presents an opportunity for businesses involved in transportation and storage services to compete for providing these services to the Glasgow City Council. With a focus on quality, sustainability, fair work practices, and price, businesses with experience in handling rock salt and related logistics would be well-suited to participate in this tender. The procurement process is in the award stage, and relevant dates for bids and openings are available for interested parties to review.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Transport and Storage of Rock Salt

Notice Description

The transport and storage of rock salt.

Lot Information

Lot 1

Glasgow City Council (Neighbourhoods, Regeneration and Sustainability Department) requires the successful supplier to accept articulated lorry deliveries of rock salt from the King George V Dock, provide covered storage for 4,000 Tonnes of untreated and 6,000 Tonnes of treated rock salt (per year). The successful supplier will also be responsible for stacking and shaping the rock salt in two distinct piles (treated and untreated) and the transportation of the rock salt to various depots within the Glasgow City Council boundaries adhering to the agreed schedule.

Renewal: The contract is expected to run for 3 years. The Council will have an option to extend the contract for 3 periods of up to 12 months which will be exercised by the council serving notice on the Bidder in accordance with the council's Terms and Conditions.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03ed34
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/037333-2023
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

60 - Transport services (excl. Waste transport)

63 - Supporting and auxiliary transport services; travel agencies services


CPV Codes

60000000 - Transport services (excl. Waste transport)

63120000 - Storage and warehousing services

Notice Value(s)

Tender Value
£300,000 £100K-£500K
Lots Value
£300,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£660,000 £500K-£1M

Notice Dates

Publication Date
19 Dec 20232 years ago
Submission Deadline
4 Sep 2023Expired
Future Notice Date
Not specified
Award Date
12 Dec 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
November/December 2028

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Fraser Murray
Contact Email
fraser.murray@glasgow.gov.uk
Contact Phone
+44 1412878673

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

Supplier Information

Number of Suppliers
1
Supplier Name

HILLHOUSE QUARRY GROUP

Further Information

Notice URLs

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-03ed34-2023-12-19T15:21:41Z",
    "date": "2023-12-19T15:21:41Z",
    "ocid": "ocds-h6vhtk-03ed34",
    "description": "(SC Ref:753095)",
    "initiationType": "tender",
    "tender": {
        "id": "GCC005822CPU",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Transport and Storage of Rock Salt",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "60000000",
            "description": "Transport services (excl. Waste transport)"
        },
        "mainProcurementCategory": "services",
        "description": "The transport and storage of rock salt.",
        "value": {
            "amount": 300000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Glasgow City Council (Neighbourhoods, Regeneration and Sustainability Department) requires the successful supplier to accept articulated lorry deliveries of rock salt from the King George V Dock, provide covered storage for 4,000 Tonnes of untreated and 6,000 Tonnes of treated rock salt (per year). The successful supplier will also be responsible for stacking and shaping the rock salt in two distinct piles (treated and untreated) and the transportation of the rock salt to various depots within the Glasgow City Council boundaries adhering to the agreed schedule.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Process",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Sustainability",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "75"
                        }
                    ]
                },
                "value": {
                    "amount": 300000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract is expected to run for 3 years. The Council will have an option to extend the contract for 3 periods of up to 12 months which will be exercised by the council serving notice on the Bidder in accordance with the council's Terms and Conditions."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "63120000",
                        "description": "Storage and warehousing services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "List and brief description of selection criteria: In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted:- 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 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. - Liquidity Ratios Current Ratio - Current Assets/Current Liabilities Leverage Ratio - Long-term Bank Debt/Net Worth Applicants must achieve a score of 5 and above from a combination of above two liquidity ratios. Scoring Method Current Ratio Range Score 0.00 to 0.80 0 0.81 to 0.90 1 0.91 to 1.00 2 1.01 to 1.10 3 1.11 to 1.20 4 1.21 and above 5 Leverage Ratio 0.01 to 19.99 5 20.00 to 39.99 4 40.00 to 59.99 3 60.00 to 79.99 2 80.00 to 100.00 1 Intangibles can be included for purposes of the Net Worth figure. If an applicant 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 applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House. Applicants 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. Applicants 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. If the pandemic has had an adverse effect on the latest set of accounts filed with Companies House, Glasgow City Council will take that into account in determining financial suitability for the contract. The above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the financial requirements. The above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the above financial requirements. The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
                    "minimum": "https://Glasgow City Council's Insurance Requirements are: Bidder shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one event and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and unlimited in the period. Bidder shall take out and maintain throughout the period of their services, at least statutory Motor insurance cover as per the Road Traffic Act 1988. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained. The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. The Bidder appointed to the contract shall, during the lifetime of the contract, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please provide 2 relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided) Responses should not exceed 2 X A4 sided of paper for each example and should be submitted in Ariel font 11. Where a submission exceeds the maximum number of sides of A4 paper requested, no account will be taken of the content of the contents beyond the maximum. The weighting will be 50% for each example with 100% attributed to two examples for this contract.",
                    "minimum": "Bidders must score in total a minimum of 60% for SPD question 4C1.2. Any Bidder who fails to achieve the minimum points score will be excluded at this stage.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "The invoices received from the successful supplier as referred to in Section 4.4.6 Complaints Procedure of the Invitation to Tender should be received in an accurate and timely manner. Should a target of 98% not be met, corrective action will be required. The supplier is required to produce quarterly reports in accordance with Section 10.3. - Management Information of the Invitation to Tender. If the supplier fails to meet the timescales below on 3 or more occasions in any 12 month period, corrective action will be required. The timescales are as follows:- 0-2 hours (during business hours) for issues classified as High priority. Within 48 hours for issues classified as Medium priority. Within 5 working days for issues classified as Low priority",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-09-04T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2023-09-04T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-09-04T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "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 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.",
        "recurrence": {
            "description": "November/December 2028"
        }
    },
    "parties": [
        {
            "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": "Fraser Murray",
                "telephone": "+44 1412878673",
                "email": "fraser.murray@glasgow.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "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-1043",
            "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"
            ]
        },
        {
            "id": "GB-FTS-88735",
            "name": "Hillhouse Quarry Group Ltd",
            "identifier": {
                "legalName": "Hillhouse Quarry Group Ltd"
            },
            "address": {
                "streetAddress": "Hillhouse Quarry, Troon",
                "locality": "Ayrshire",
                "region": "UKM",
                "postalCode": "KA10 7HX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1418879109",
                "email": "lshepherd@hillhousegroup.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-73933",
        "name": "Glasgow City Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000753095"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "037333-2023-GCC005822CPU-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-88735",
                    "name": "Hillhouse Quarry Group Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "037333-2023-GCC005822CPU-1",
            "awardID": "037333-2023-GCC005822CPU-1",
            "status": "active",
            "value": {
                "amount": 660000,
                "currency": "GBP"
            },
            "dateSigned": "2023-12-12T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}