Notice Information
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.
Notice Details
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
Buyer & Supplier
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
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-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
}
]
}
}