Notice Information
Notice Title
Landfill Consultancy Services
Notice Description
Glasgow City Council invites landfill consultancy suppliers to submit tender returns to provide consultancy services for closed landfill sites owned and operated by the council
Lot Information
Lot 1
The council is responsible for the management of five closed landfill sites throughout Glasgow and the surrounding areas. Despite these landfill sites no longer accepting biodegradable waste for a considerable period of time, the council has a statutory obligation to ensure environmental impacts associated with these landfill sites are managed correctly to protect the environment. This tender presents an opportunity for landfill consultancy suppliers to contribute to the responsible management of landfill sites in Glasgow. This contract involves the appointed supplier to support the council in transitioning landfill sites to a definitive closure state, reducing environmental risks and protecting the local surroundings. The contract will be utilised by Neighbourhoods Regeneration and Sustainability and be applicable to the landfill sites currently managed by the council, namely: South Cathkin Landfill, Cairnmuir Rd, Glasgow, G74 4GY Summerston Landfill, Balmore Road Glasgow, G23 5HD Kilgarth Landfill, Gartgill Road, Coatbridge, ML5 2EQ Wilderness Landfill, Balmuildty Road Glasgow, G64 3QQ Cathkin 1, Cathkin Road, Rutherglen, G73 5RS 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.
Renewal: 2 X UP TO 12 MONTH EXTENSION PERIODS
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-058393
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/047004-2025
- Current Stage
- Tender
- All Stages
- Tender
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
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71313000 - Environmental engineering consultancy services
71530000 - Construction consultancy services
Notice Value(s)
- Tender Value
- £500,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Aug 20256 months ago
- Submission Deadline
- 12 Sep 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- January 2029
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- kim mackenzie
- Contact Email
- kim.mackenzie@ced.glasgow.gov.uk
- Contact Phone
- +44 1412872000
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-058393-2025-08-07T15:32:39+01:00",
"date": "2025-08-07T15:32:39+01:00",
"ocid": "ocds-h6vhtk-058393",
"description": "Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Tenderers Amendments - Buyers will be required to complete the tenderers amendment certificate contained in the buyers attachment area within PCS Tender portal. Prompt Payment - Buyers attachment area within PCS Tender portal The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Buyers will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal. Bidders will be required to complete the Non-Collusion certificate contained in the buyers attachments area within the PCS Tender portal Terms and Conditions are located within Section 3 of the ITT document. NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required. To access PCS-Tender, record your interest in this notice and access the tender documentation please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 12470 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the ITT it will move to your My ITTs area. For further information on using PCS-Tender, please read the Supplier Response Guide: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29872 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: As per Glasgow City Council's procedures, community benefits will be applied to this contract. A summary of the expected community benefits has been provided as follows: Criteria - Mandatory Non Evaluated Pass/Fail Voluntary - The council may seek to encourage Voluntary Community Benefits. Voluntary Community Benefits may be identified or proposed by the successful supplier post-award and throughout the delivery of the contract. Post-award only, no impact on tender process. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29872. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Mandatory non evaluated pass/fail (SC Ref:806794)",
"initiationType": "tender",
"tender": {
"id": "GCC006026CPU",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Landfill Consultancy Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71313000",
"description": "Environmental engineering consultancy services"
},
"mainProcurementCategory": "services",
"description": "Glasgow City Council invites landfill consultancy suppliers to submit tender returns to provide consultancy services for closed landfill sites owned and operated by the council",
"value": {
"amount": 500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The council is responsible for the management of five closed landfill sites throughout Glasgow and the surrounding areas. Despite these landfill sites no longer accepting biodegradable waste for a considerable period of time, the council has a statutory obligation to ensure environmental impacts associated with these landfill sites are managed correctly to protect the environment. This tender presents an opportunity for landfill consultancy suppliers to contribute to the responsible management of landfill sites in Glasgow. This contract involves the appointed supplier to support the council in transitioning landfill sites to a definitive closure state, reducing environmental risks and protecting the local surroundings. The contract will be utilised by Neighbourhoods Regeneration and Sustainability and be applicable to the landfill sites currently managed by the council, namely: South Cathkin Landfill, Cairnmuir Rd, Glasgow, G74 4GY Summerston Landfill, Balmore Road Glasgow, G23 5HD Kilgarth Landfill, Gartgill Road, Coatbridge, ML5 2EQ Wilderness Landfill, Balmuildty Road Glasgow, G64 3QQ Cathkin 1, Cathkin Road, Rutherglen, G73 5RS 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.",
"awardCriteria": {
"criteria": [
{
"name": "Installation / remediation of landfill leachate wastewater treatment plants",
"type": "quality",
"description": "20"
},
{
"name": "Process for definitive closure",
"type": "quality",
"description": "5"
},
{
"name": "retrofitting a successful surface water management system",
"type": "quality",
"description": "10"
},
{
"name": "Surface water management system",
"type": "quality",
"description": "5"
},
{
"name": "Innovative solutions / new systems / technologies",
"type": "quality",
"description": "5"
},
{
"name": "FAIR WORK FIRST",
"type": "quality",
"description": "5"
},
{
"name": "Leachate management and extraction systems",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "2 X UP TO 12 MONTH EXTENSION PERIODS"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=0d1b0cd7-4e53-41bd-8cc2-4538308160fc",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "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 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 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",
"minimum": "Employers Liability - Minimum 10,000,000GBP in respect of each claim without limit to the number of claims. Public Liability - Minimum 5,000,00GBP in respect of each claim without limit to the number of claims. Professional Indemnity - Minimum 5,000,000GBP in respect of each claim and in the aggregate. To be maintained for 6 years on completion of their service. Glasgow City Council also requires that the successful bidder will retain a sufficient level of Professional Indemnity Insurance required to cover any services to be performed within the scope of the contract.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "With reference to SPD question 4C1.2, bidders will be required to provide 2 cases studies over the past 5 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice With reference to SPD question 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Suppliers are asked to refer to the Glasgow City Council scoring guidance that will be utilised to asses pre-selection criteria attached identified in the invitation to tender document",
"minimum": "Bidders MUST score no less than 60% of the marks available for the questions above based upon the scoring guidance shown in the ITT.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "Please refer to Invitation to Tender document for details of contract key performance indicators"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-09-12T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2025-09-12T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-09-12T12:00:00+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 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",
"recurrence": {
"description": "January 2029"
}
},
"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": "kim mackenzie",
"telephone": "+44 1412872000",
"email": "kim.mackenzie@ced.glasgow.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=0d1b0cd7-4e53-41bd-8cc2-4538308160fc"
},
"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-964",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "PO BOX 23 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-73933",
"name": "Glasgow City Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000806794"
}
],
"language": "en"
}