Award

Design, Supply and Install of a Materials Recovery Facility (MRF)

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

03 Jun 2025 at 10:06

Tender

18 Oct 2023 at 15:27

Summary of the contracting process

Glasgow City Council is progressing with a procurement process in the waste-treatment plant construction sector, specifically for the design, supply, and installation of a Materials Recovery Facility (MRF) in Easter Queenslie, Glasgow. This procurement is being handled under a competitive procedure with negotiation, indicative of a selective procurement method. The process, currently active, is set in the UKM82 region and falls under the 'works' category as per the Common Procurement Vocabulary (CPV) classification. The tender anticipates an end of submission on 20th November 2023, with the tender period beginning immediately after notification. The contract is expected to run for a minimum of 720 days, catering significantly to the recycling and waste management industries.

This tender presents substantial growth opportunities for businesses involved in waste management and construction, particularly those capable of innovative design and efficient operational approaches. The project values high-quality output, flexibility in material processing, and integration of an automated MRF system, making it ideal for firms proficient in technology-aided waste management solutions. Small and medium-sized enterprises, as evidenced by the participation of such in previous bidding rounds, can particularly find viable opportunities here, especially those specialising in modular plant design and keen on reducing operational costs. The inclusion of potential options for robotic sorters further encourages companies focused on future-ready, sustainable solutions to participate in the tendering process.

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

Design, Supply and Install of a Materials Recovery Facility (MRF)

Notice Description

Procurement for the design, supply and install of a Materials Recovery Facility (MRF) as part of the planned re-development of Glasgow City Council's Easter Queenslie property at 90 Easter Queenslie Road Glasgow G33 4UL.

Lot Information

Lot 1

Procurement of a new MRF to be located on a council site in Easter Queenslie. The site area is ca. 4.57 ha and will be a multiuse site, consisting of an HWRC, material transfer station, MRF, offices and vehicle parking. The proposed implementation of a new recycling collection model targeting separate collection of fibre (paper / card), containers and film, it is critical that the new MRF is flexible and capable of processing a diverse range of separately collected material streams. It is anticipated that there will be 30,000tpa of fibre and 20,000tpa of containers. The site must also be able to process 30,000 tonnes per annum of commingled recyclable material and waste so that it is equipped to deal with the transition phase of the site. The Plant will be of optimum modular design and the configuration of the plant will give the council, the best combination between CAPEX, OPEX, and the ability to deliver a high-quality recycling service for the residents of Glasgow City. The purpose of the Plant is to: - Meet the required needs for a minimum 10-year operating life. - Improve the overall recycling rate of the input materials compared to current performance. - Ensure the Works exceeds all regulations and standards. - Produce high quality output materials to ensure a sustainable long-term market for products; and, - Design a brand new, state of the art, automated MRF incorporating best practice to be cost effective over the life of the contract with low picker numbers and low life cycle costs. 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.

Options: The council reserves the right to take the option of Robotic Sorters and any additional items from the awarded Supplier.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-040d2f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029432-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45222100 - Waste-treatment plant construction work

45232470 - Waste transfer station

90500000 - Refuse and waste related services

90510000 - Refuse disposal and treatment

Notice Value(s)

Tender Value
£7,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£15,247,313 £10M-£100M

Notice Dates

Publication Date
3 Jun 20258 months ago
Submission Deadline
20 Nov 2023Expired
Future Notice Date
Not specified
Award Date
1 Apr 202510 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Not specified
Contact Email
linda.o'dell@glasgow.gov.uk
Contact Phone
+44 1412876437

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

TURMEC

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-040d2f-2025-06-03T11:06:42+01:00",
    "date": "2025-06-03T11:06:42+01:00",
    "ocid": "ocds-h6vhtk-040d2f",
    "description": "(SC Ref:797452)",
    "initiationType": "tender",
    "tender": {
        "id": "GCC005911CPU",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Design, Supply and Install of a Materials Recovery Facility (MRF)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45222100",
            "description": "Waste-treatment plant construction work"
        },
        "mainProcurementCategory": "works",
        "description": "Procurement for the design, supply and install of a Materials Recovery Facility (MRF) as part of the planned re-development of Glasgow City Council's Easter Queenslie property at 90 Easter Queenslie Road Glasgow G33 4UL.",
        "value": {
            "amount": 7000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Procurement of a new MRF to be located on a council site in Easter Queenslie. The site area is ca. 4.57 ha and will be a multiuse site, consisting of an HWRC, material transfer station, MRF, offices and vehicle parking. The proposed implementation of a new recycling collection model targeting separate collection of fibre (paper / card), containers and film, it is critical that the new MRF is flexible and capable of processing a diverse range of separately collected material streams. It is anticipated that there will be 30,000tpa of fibre and 20,000tpa of containers. The site must also be able to process 30,000 tonnes per annum of commingled recyclable material and waste so that it is equipped to deal with the transition phase of the site. The Plant will be of optimum modular design and the configuration of the plant will give the council, the best combination between CAPEX, OPEX, and the ability to deliver a high-quality recycling service for the residents of Glasgow City. The purpose of the Plant is to: - Meet the required needs for a minimum 10-year operating life. - Improve the overall recycling rate of the input materials compared to current performance. - Ensure the Works exceeds all regulations and standards. - Produce high quality output materials to ensure a sustainable long-term market for products; and, - Design a brand new, state of the art, automated MRF incorporating best practice to be cost effective over the life of the contract with low picker numbers and low life cycle costs. 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.",
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "It is anticipated that all bidders will be invited to tender, where bidders can be identified as having met the minimum criteria for consideration."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Project Programme and Management",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Technical Competence and Expertise",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Technical Proposal",
                            "type": "quality",
                            "description": "25"
                        },
                        {
                            "name": "Footprint, and Access, Lifting and Maintenance (ALM)",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Capital Costs",
                            "type": "cost",
                            "description": "20"
                        },
                        {
                            "name": "Operating Costs",
                            "type": "cost",
                            "description": "20"
                        }
                    ]
                },
                "options": {
                    "description": "The council reserves the right to take the option of Robotic Sorters and any additional items from the awarded Supplier."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45232470",
                        "description": "Waste transfer station"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90510000",
                        "description": "Refuse disposal and treatment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in relation to Trading Performance, Liquidity and Balance Sheet strength in order to participate in the tendering process: - Trading Performance Ratio An overall positive outcome on pre-tax profits over a 3-year period. Exceptional items occurring in the normal course of business or non-recurring items can be excluded from calculation. Liquidity Ratios - Current Ratio - Current Assets/Current Liabilities - Leverage Ratio - Long-term Debt/Net Worth Bidders must achieve a score of 5 and above from a combination of above two liquidity ratios. Scoring method is provided within the procurement documents. Intangibles can be included for purposes of the Net Worth figure. Asset based debt (Hire Purchase/Finance Leases) can be excluded for purposes of Long-Term Debt figure. Balance Sheet Strength Net worth of the organisation must be positive. Intangibles can be included for purposes of the Total Assets figure The above would be expressed in the ratio Total Assets/Total Liabilities Guidance and Information The above ratios should be calculated on most recent accounts filed at Companies House. For non-UK Companies, the ratios should be calculated on information contained in the most recent audited accounts. 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. Bidders who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period in during which they have been trading. Bidders who do not comply with the above financial requirements, but are part of a Group, may be required to provide a Parent Guarantee (in the council style) if the Parent company satisfies the financial requirements stipulated above. Where the Bidder is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "As stated in the procurement documents provided at Invitation to Tender (ITT) stage.",
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2023-12-11T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-11-20T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": false,
        "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 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."
    },
    "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": {
                "telephone": "+44 1412876437",
                "email": "linda.o'dell@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-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": {
                "telephone": "+44 1414298888",
                "email": "glasgow@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-150001",
            "name": "Turmec Limited",
            "identifier": {
                "legalName": "Turmec Limited"
            },
            "address": {
                "streetAddress": "30 Old Bailey,",
                "locality": "London",
                "region": "UK",
                "postalCode": "EC4M 7AU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7974339980"
            },
            "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-r6ebe6-0000746617"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "029432-2025-GCC005911CPU-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-150001",
                    "name": "Turmec Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "029432-2025-GCC005911CPU-1",
            "awardID": "029432-2025-GCC005911CPU-1",
            "status": "active",
            "value": {
                "amount": 15247313,
                "currency": "GBP"
            },
            "dateSigned": "2025-04-02T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 6
            }
        ]
    }
}