Notice Information
Notice Title
Dynamic Purchasing System for Fleet
Notice Description
For the Purchase, Maintenance and Repair of Heavy Vehicles and Plant The DPS is a two stage process. There is no intention by the Council to limit the minimum and maximum number of suppliers. In the initial setup stage all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process can be found within the procurement documents.
Lot Information
Category 1 - Maintenance and Repair for Heavy Vehicles Over 18T
This will include (but not be restricted to) GCC current fleet list which is being maintained externally for 18T and above and consists at this time of RCV's and Trailers:- Repair, Maintenance and Parts Accidental Damage and General Body Repairs All of or a combination of the above, which shall be identified within the procurement documents and will be at the council's sole discretion The DPS is a two stage process. First, in the initial setup stage, all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. This is assessed through the completion of an ESPD. The DPS does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS.. 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. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8 and 9 of The Procurement (Scotland) Regulations 2016.
Renewal: This DPS will remain live for a minimum of 7 years but may be extended for up to a further 36 months
Category 2 - Purchase of Heavy Vehicles & Commercial Vehicles 7.5T and aboveThis will include (but not be restricted to) 18Tonne 3 Way Tippers, Gully Machines, 12Tonne coning vehicles, 6 x 4 Tractor Units, 10 & 12 Tonne recovery vehicles, Livestock Carriers, Skiplugger and Ejection Trailers, Refuse Vehicles all sizes and associated lifts of which providers will be required to demonstrate their ability to provide for the following:- Supply Only Supply of Parts All of or a combination of the above, which shall be identified within the procurement documents and will be at the council's sole discretion The DPS is a two stage process. First, in the initial setup stage, all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. This is assessed through the completion of an ESPD. The DPS does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. 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. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8 and 9 of The Procurement (Scotland) Regulations 2016.
Renewal: This DPS will remain live for a minimum of 7 years and may be extended for up to a further 36 months
Category 3 - Purchase, Repair and Maintenance of Heavy and Commercial Vehicles 7.5T and aboveThis will include but not be restricted to 18T 3 way tippers, gully machines, 12 coning vehicles, 6x4 tractor units, 10 & 12T recovery vehicles, livestock carriers, skipluggers, ejection trailers and all sizes of RCV's Supply, Repair, Maintenance and Parts All of or a combination of the above, which shall be identified within the procurement documents and will be at the council's sole discretion The DPS is a two stage process. First, in the initial setup stage, all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. This is assessed through the completion of an ESPD. The DPS does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS.. 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. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8 and 9 of The Procurement (Scotland) Regulations 2016.
Renewal: This DPS will remain live for a minimum period of 7 years and may be extended for up to a further 36 months
Category 4 - Purchase, Repair, Parts and Maintenance for Heavy Plant VehiclesThis will include (but not be restricted to) Backhoe Loading Shovels, Multi-Purpose Roads Maintenance Vehicle, Articulated Tipper trucks, Chip Spreaders, Road Paving Machines, Hot Bitumen Emulsion Sprayers , Low Load Trailers, 18t Road Sweepers, Road Planers and 10Tonne Rollers of which providers will be required to demonstrate their ability to provide for the following:- Supply, Repair, Maintenance and Parts Accidental Damage and General Body Repairs All of or a combination of the above, which shall be identified within the procurement documents and will be at the council's sole discretion The DPS is a two stage process. First, in the initial setup stage, all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. This is assessed through the completion of an ESPD. The DPS does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS.. 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. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8 and 9 of The Procurement (Scotland) Regulations 2016.
Renewal: This DPS will remain live for a minimum period of 7 years and may be extended for up to a further 36 months
Category 5 Repairs, Maintenance & Spare Parts (All Vehicles / Heavy Plant on GCC Fleet current and future requirements)This Category will be utilised to appoint maintainers as required for the existing fleet in place at the outset of the DPS and subsequent new vehicles / Heavy Plant that are added throughout the DPS - specific requirements may be grouped by size at the time of competition Accident damage and general body repairs shall be required under this Category also and may be grouped as stated above. The provision of parts for legacy vehicles will be required under this Category and providers will be required to confirm that they are able to provide these to GCC in a timely manner This Category shall also be utilised to award Repairs & Maintenance contracts to any vehicles bought from collaborative frameworks (Scot Excel, Crown Commercial etc) or indeed from purchase only categories of this DPS. The DPS does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS.. 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. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8 and 9 of The Procurement (Scotland) Regulations 2016.
Renewal: This DPS will remain live for a minimum period of 7 years and may be extended for up to a further 36 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000515490
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR316237
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Dynamic
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
42 - Industrial machinery
43 - Machinery for mining, quarrying, construction equipment
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
34134000 - Flatbed and Tipper trucks
34134200 - Tipper trucks
34136000 - Vans
34136100 - Light vans
34136200 - Panel vans
34142200 - Skip loaders
34144400 - Road-maintenance vehicles
34144410 - Gully emptiers
34144430 - Road-sweeping vehicles
34144440 - Gritter vehicles
34144500 - Vehicles for refuse and sewage
34144510 - Vehicles for refuse
34144511 - Refuse-collection vehicles
34144512 - Refuse-compaction vehicles
34144710 - Wheeled loaders
34223000 - Trailers and semi-trailers
34223100 - Semi-trailers
34223300 - Trailers
34223370 - Tipper trailers
34326000 - Vehicle jacks, clutches and associated parts
34920000 - Road equipment
42418930 - Sideloaders
42420000 - Buckets, shovels, grabs and grips for cranes or excavators
43200000 - Earthmoving and excavating machinery, and associated parts
43211000 - Bulldozers
43250000 - Front-end shovel loaders
43251000 - Front-end shovel loaders with backhoe
43252000 - Front-end shovel loaders without backhoe
43260000 - Mechanical shovels, excavators and shovel loaders, and mining machinery
43261000 - Mechanical shovels
43261100 - Mechanical shovel loaders
43262100 - Mechanical excavators
43312200 - Chippers
43312300 - Paving machinery
43312400 - Road rollers
43312500 - Mechanical rollers
45259000 - Repair and maintenance of plant
50000000 - Repair and maintenance services
50100000 - Repair, maintenance and associated services of vehicles and related equipment
50110000 - Repair and maintenance services of motor vehicles and associated equipment
50111000 - Fleet management, repair and maintenance services
50112000 - Repair and maintenance services of cars
50112100 - Car repair services
50112110 - Body-repair services for vehicles
50113000 - Repair and maintenance services of buses
50113100 - Bus repair services
50114000 - Repair and maintenance services of trucks
50114100 - Truck repair services
50115000 - Repair and maintenance services of motorcycles
50115100 - Motorcycle repair services
50230000 - Repair, maintenance and associated services related to roads and other equipment
Notice Value(s)
- Tender Value
- £90,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £6,972,817 £1M-£10M
Notice Dates
- Publication Date
- 10 Apr 20187 years ago
- Submission Deadline
- 14 Oct 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 2 Apr 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 9 years
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Additional Buyers
- Contact Name
- Maureen Buchanan
- Contact Email
- carparkinfo@cityparkingglasgow.co.uk, commsafetycustomersupport@glasgow.gov.uk, contactus@cordia.co.uk, info@citypropertyglasgow.co.uk, info@glasgowlife.org.uk, maureen.buchanan@glasgow.gov.uk, maureen.mitchell@citybuildingglasgow.co.uk, procurement@glasgowcitymarketingbureau.com, procurement@jbg.org.uk, steven.chandler@glasgow.gov.uk
- Contact Phone
- +44 1412743333, +44 1412872000, +44 1412872328, +44 1412875889, +44 1412876161, +44 1412876403, +44 1413539000, +44 1415660800
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
- Springburn/Robroyston
- Westminster Constituency
- Glasgow North East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298232
Dynamic Purchasing System for Fleet - For the Purchase, Maintenance and Repair of Heavy Vehicles and Plant The DPS is a two stage process. There is no intention by the Council to limit the minimum and maximum number of suppliers. In the initial setup stage all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process can be found within the procurement documents. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR316237
Dynamic Purchasing System for Fleet - For the Purchase, Maintenance and Repair of Heavy Vehicles and Plant The DPS is a two stage process. There is no intention by the Council to limit the minimum and maximum number of suppliers. In the initial setup stage all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process can be found within the procurement documents.
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-r6ebe6-0000515490-2018-04-10T00:00:00Z",
"date": "2018-04-10T00:00:00Z",
"ocid": "ocds-r6ebe6-0000515490",
"initiationType": "tender",
"parties": [
{
"id": "org-81",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Maureen Buchanan",
"email": "maureen.buchanan@glasgow.gov.uk",
"telephone": "+44 1412872000",
"faxNumber": "+44 1412879399",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-82",
"name": "City Property Glasgow LLP",
"identifier": {
"legalName": "City Property Glasgow LLP"
},
"address": {
"streetAddress": "229 George Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1QU"
},
"contactPoint": {
"email": "info@citypropertyglasgow.co.uk",
"telephone": "+44 1412876161"
},
"roles": [
"buyer"
]
},
{
"id": "org-83",
"name": "Glasgow City Marketing Bureau",
"identifier": {
"legalName": "Glasgow City Marketing Bureau"
},
"address": {
"streetAddress": "Exchange House, 229 George Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1QU"
},
"contactPoint": {
"email": "procurement@glasgowcitymarketingbureau.com",
"telephone": "+44 1415660800",
"faxNumber": "+44 1415660810"
},
"roles": [
"buyer"
]
},
{
"id": "org-84",
"name": "Jobs & Business Glasgow",
"identifier": {
"legalName": "Jobs & Business Glasgow"
},
"address": {
"streetAddress": "Exchange House, 231 George Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1RX"
},
"contactPoint": {
"email": "procurement@jbg.org.uk",
"telephone": "+44 1412743333"
},
"roles": [
"buyer"
]
},
{
"id": "org-85",
"name": "Glasgow Life (Culture & Sport Glasgow)",
"identifier": {
"legalName": "Glasgow Life (Culture & Sport Glasgow)"
},
"address": {
"streetAddress": "220 High Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0QW"
},
"contactPoint": {
"email": "info@glasgowlife.org.uk",
"telephone": "+44 1412875889"
},
"roles": [
"buyer"
]
},
{
"id": "org-86",
"name": "Cordia (Services) LLP",
"identifier": {
"legalName": "Cordia (Services) LLP"
},
"address": {
"streetAddress": "Blair Court, 100 Borron Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 9XE"
},
"contactPoint": {
"email": "contactus@cordia.co.uk",
"telephone": "+44 1413539000"
},
"roles": [
"buyer"
]
},
{
"id": "org-87",
"name": "City Parking (Glasgow) LLP",
"identifier": {
"legalName": "City Parking (Glasgow) LLP"
},
"address": {
"streetAddress": "3rd Floor, 5 Cadogan Square, Anderston Centre",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 7PH"
},
"contactPoint": {
"email": "carparkinfo@cityparkingglasgow.co.uk"
},
"roles": [
"buyer"
]
},
{
"id": "org-88",
"name": "Community Safety Glasgow Ltd",
"identifier": {
"legalName": "Community Safety Glasgow Ltd"
},
"address": {
"streetAddress": "727 London Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G403AQ"
},
"contactPoint": {
"email": "commsafetycustomersupport@glasgow.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "org-89",
"name": "City Building (Glasgow) LLP",
"identifier": {
"legalName": "City Building (Glasgow) LLP"
},
"address": {
"streetAddress": "350 Darnick Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G21 4BA"
},
"contactPoint": {
"email": "maureen.mitchell@citybuildingglasgow.co.uk",
"telephone": "+44 1412872328"
},
"roles": [
"buyer"
]
},
{
"id": "org-18",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"email": "steven.chandler@glasgow.gov.uk",
"telephone": "+44 1412876403",
"faxNumber": "+44 1412879399",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-233",
"name": "City Property Glasgow LLP",
"identifier": {
"legalName": "City Property Glasgow LLP"
},
"address": {
"streetAddress": "229 George Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1QU"
},
"contactPoint": {
"email": "info@citypropertyglasgow.co.uk",
"telephone": "+44 1412876161"
},
"roles": [
"buyer"
]
},
{
"id": "org-234",
"name": "Glasgow City Marketing Bureau",
"identifier": {
"legalName": "Glasgow City Marketing Bureau"
},
"address": {
"streetAddress": "Exchange House, 229 George Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1QU"
},
"contactPoint": {
"email": "procurement@glasgowcitymarketingbureau.com",
"telephone": "+44 1415660800",
"faxNumber": "+44 1415660810"
},
"roles": [
"buyer"
]
},
{
"id": "org-235",
"name": "Jobs & Business Glasgow",
"identifier": {
"legalName": "Jobs & Business Glasgow"
},
"address": {
"streetAddress": "Exchange House, 231 George Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1RX"
},
"contactPoint": {
"email": "procurement@jbg.org.uk",
"telephone": "+44 1412743333"
},
"roles": [
"buyer"
]
},
{
"id": "org-236",
"name": "Glasgow Life (Culture & Sport Glasgow)",
"identifier": {
"legalName": "Glasgow Life (Culture & Sport Glasgow)"
},
"address": {
"streetAddress": "220 High Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0QW"
},
"contactPoint": {
"email": "info@glasgowlife.org.uk",
"telephone": "+44 1412875889"
},
"roles": [
"buyer"
]
},
{
"id": "org-237",
"name": "Cordia (Services) LLP",
"identifier": {
"legalName": "Cordia (Services) LLP"
},
"address": {
"streetAddress": "Blair Court, 100 Borron Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 9XE"
},
"contactPoint": {
"email": "contactus@cordia.co.uk",
"telephone": "+44 1413539000"
},
"roles": [
"buyer"
]
},
{
"id": "org-238",
"name": "City Parking (Glasgow) LLP",
"identifier": {
"legalName": "City Parking (Glasgow) LLP"
},
"address": {
"streetAddress": "3rd Floor, 5 Cadogan Square, Anderston Centre",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 7PH"
},
"contactPoint": {
"email": "carparkinfo@cityparkingglasgow.co.uk"
},
"roles": [
"buyer"
]
},
{
"id": "org-239",
"name": "Community Safety Glasgow Ltd",
"identifier": {
"legalName": "Community Safety Glasgow Ltd"
},
"address": {
"streetAddress": "727 London Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G403AQ"
},
"contactPoint": {
"email": "commsafetycustomersupport@glasgow.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "org-240",
"name": "City Building (Glasgow) LLP",
"identifier": {
"legalName": "City Building (Glasgow) LLP"
},
"address": {
"streetAddress": "350 Darnick Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G21 4BA"
},
"contactPoint": {
"email": "maureen.mitchell@citybuildingglasgow.co.uk",
"telephone": "+44 1412872328"
},
"roles": [
"buyer"
]
},
{
"id": "org-241",
"name": "Riverside Truck Rental",
"identifier": {
"legalName": "Riverside Truck Rental"
},
"address": {
"streetAddress": "1 Clark Way, Bellshill Ind Est",
"locality": "Motherwell",
"region": "UK",
"postalCode": "ML4 3NX"
},
"contactPoint": {
"telephone": "+44 169881146"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-18"
},
"tender": {
"id": "GCC003831CPU",
"title": "Dynamic Purchasing System for Fleet",
"description": "For the Purchase, Maintenance and Repair of Heavy Vehicles and Plant The DPS is a two stage process. There is no intention by the Council to limit the minimum and maximum number of suppliers. In the initial setup stage all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process can be found within the procurement documents.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50000000",
"scheme": "CPV"
},
{
"id": "50100000",
"scheme": "CPV"
},
{
"id": "50111000",
"scheme": "CPV"
},
{
"id": "50112100",
"scheme": "CPV"
},
{
"id": "50114000",
"scheme": "CPV"
},
{
"id": "50114100",
"scheme": "CPV"
},
{
"id": "34144511",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "34136000",
"scheme": "CPV"
},
{
"id": "34136100",
"scheme": "CPV"
},
{
"id": "34136200",
"scheme": "CPV"
},
{
"id": "34134000",
"scheme": "CPV"
},
{
"id": "34134200",
"scheme": "CPV"
},
{
"id": "34223370",
"scheme": "CPV"
},
{
"id": "34142200",
"scheme": "CPV"
},
{
"id": "34144410",
"scheme": "CPV"
},
{
"id": "34144500",
"scheme": "CPV"
},
{
"id": "34144510",
"scheme": "CPV"
},
{
"id": "34144511",
"scheme": "CPV"
},
{
"id": "34144512",
"scheme": "CPV"
},
{
"id": "34326000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "50000000",
"scheme": "CPV"
},
{
"id": "50100000",
"scheme": "CPV"
},
{
"id": "50111000",
"scheme": "CPV"
},
{
"id": "50112110",
"scheme": "CPV"
},
{
"id": "50230000",
"scheme": "CPV"
},
{
"id": "34136000",
"scheme": "CPV"
},
{
"id": "34136100",
"scheme": "CPV"
},
{
"id": "34136200",
"scheme": "CPV"
},
{
"id": "34134000",
"scheme": "CPV"
},
{
"id": "34142200",
"scheme": "CPV"
},
{
"id": "34144410",
"scheme": "CPV"
},
{
"id": "34144500",
"scheme": "CPV"
},
{
"id": "34144510",
"scheme": "CPV"
},
{
"id": "34144511",
"scheme": "CPV"
},
{
"id": "34144512",
"scheme": "CPV"
},
{
"id": "34326000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "42420000",
"scheme": "CPV"
},
{
"id": "43250000",
"scheme": "CPV"
},
{
"id": "43251000",
"scheme": "CPV"
},
{
"id": "43252000",
"scheme": "CPV"
},
{
"id": "43261100",
"scheme": "CPV"
},
{
"id": "43261000",
"scheme": "CPV"
},
{
"id": "43260000",
"scheme": "CPV"
},
{
"id": "43200000",
"scheme": "CPV"
},
{
"id": "43262100",
"scheme": "CPV"
},
{
"id": "50000000",
"scheme": "CPV"
},
{
"id": "50111000",
"scheme": "CPV"
},
{
"id": "50112110",
"scheme": "CPV"
},
{
"id": "45259000",
"scheme": "CPV"
},
{
"id": "43211000",
"scheme": "CPV"
},
{
"id": "42418930",
"scheme": "CPV"
},
{
"id": "34144710",
"scheme": "CPV"
},
{
"id": "34142200",
"scheme": "CPV"
},
{
"id": "34144400",
"scheme": "CPV"
},
{
"id": "34144430",
"scheme": "CPV"
},
{
"id": "34920000",
"scheme": "CPV"
},
{
"id": "43312400",
"scheme": "CPV"
},
{
"id": "43312200",
"scheme": "CPV"
},
{
"id": "43312300",
"scheme": "CPV"
},
{
"id": "43312500",
"scheme": "CPV"
},
{
"id": "34223300",
"scheme": "CPV"
},
{
"id": "34223100",
"scheme": "CPV"
},
{
"id": "34223000",
"scheme": "CPV"
},
{
"id": "34144440",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"id": "50000000",
"scheme": "CPV"
},
{
"id": "50100000",
"scheme": "CPV"
},
{
"id": "50110000",
"scheme": "CPV"
},
{
"id": "50111000",
"scheme": "CPV"
},
{
"id": "50112000",
"scheme": "CPV"
},
{
"id": "50112100",
"scheme": "CPV"
},
{
"id": "50112110",
"scheme": "CPV"
},
{
"id": "50113000",
"scheme": "CPV"
},
{
"id": "50113100",
"scheme": "CPV"
},
{
"id": "50114000",
"scheme": "CPV"
},
{
"id": "50114100",
"scheme": "CPV"
},
{
"id": "50115000",
"scheme": "CPV"
},
{
"id": "50115100",
"scheme": "CPV"
},
{
"id": "50230000",
"scheme": "CPV"
},
{
"id": "45259000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "5"
}
],
"value": {
"amount": 90000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2024-10-14T12:00:00Z"
},
"documents": [
{
"id": "OCT298232",
"documentType": "contractNotice",
"title": "Dynamic Purchasing System for Fleet",
"description": "For the Purchase, Maintenance and Repair of Heavy Vehicles and Plant The DPS is a two stage process. There is no intention by the Council to limit the minimum and maximum number of suppliers. In the initial setup stage all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process can be found within the procurement documents.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298232",
"format": "text/html"
},
{
"id": "APR316237",
"documentType": "awardNotice",
"title": "Dynamic Purchasing System for Fleet",
"description": "For the Purchase, Maintenance and Repair of Heavy Vehicles and Plant The DPS is a two stage process. There is no intention by the Council to limit the minimum and maximum number of suppliers. In the initial setup stage all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process can be found within the procurement documents.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR316237",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Category 1 - Maintenance and Repair for Heavy Vehicles Over 18T",
"description": "This will include (but not be restricted to) GCC current fleet list which is being maintained externally for 18T and above and consists at this time of RCV's and Trailers:- Repair, Maintenance and Parts Accidental Damage and General Body Repairs All of or a combination of the above, which shall be identified within the procurement documents and will be at the council's sole discretion The DPS is a two stage process. First, in the initial setup stage, all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. This is assessed through the completion of an ESPD. The DPS does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS.. 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. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8 and 9 of The Procurement (Scotland) Regulations 2016.",
"status": "complete",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "The DPS is a two stage process. There is no intention by the Council to limit the minimum and maximum number of suppliers. In the initial setup stage all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process can be found within the procurement documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "This DPS will remain live for a minimum of 7 years but may be extended for up to a further 36 months"
}
},
{
"id": "2",
"title": "Category 2 - Purchase of Heavy Vehicles & Commercial Vehicles 7.5T and above",
"description": "This will include (but not be restricted to) 18Tonne 3 Way Tippers, Gully Machines, 12Tonne coning vehicles, 6 x 4 Tractor Units, 10 & 12 Tonne recovery vehicles, Livestock Carriers, Skiplugger and Ejection Trailers, Refuse Vehicles all sizes and associated lifts of which providers will be required to demonstrate their ability to provide for the following:- Supply Only Supply of Parts All of or a combination of the above, which shall be identified within the procurement documents and will be at the council's sole discretion The DPS is a two stage process. First, in the initial setup stage, all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. This is assessed through the completion of an ESPD. The DPS does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. 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. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8 and 9 of The Procurement (Scotland) Regulations 2016.",
"status": "complete",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "The DPS is a two stage process. There is no intention by the Council to limit the minimum and maximum number of suppliers. In the initial setup stage all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process can be found within the procurement documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "This DPS will remain live for a minimum of 7 years and may be extended for up to a further 36 months"
}
},
{
"id": "3",
"title": "Category 3 - Purchase, Repair and Maintenance of Heavy and Commercial Vehicles 7.5T and above",
"description": "This will include but not be restricted to 18T 3 way tippers, gully machines, 12 coning vehicles, 6x4 tractor units, 10 & 12T recovery vehicles, livestock carriers, skipluggers, ejection trailers and all sizes of RCV's Supply, Repair, Maintenance and Parts All of or a combination of the above, which shall be identified within the procurement documents and will be at the council's sole discretion The DPS is a two stage process. First, in the initial setup stage, all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. This is assessed through the completion of an ESPD. The DPS does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS.. 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. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8 and 9 of The Procurement (Scotland) Regulations 2016.",
"status": "complete",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "The DPS is a two stage process. There is no intention by the Council to limit the minimum and maximum number of suppliers. In the initial setup stage all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process can be found within the procurement documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "This DPS will remain live for a minimum period of 7 years and may be extended for up to a further 36 months"
}
},
{
"id": "4",
"title": "Category 4 - Purchase, Repair, Parts and Maintenance for Heavy Plant Vehicles",
"description": "This will include (but not be restricted to) Backhoe Loading Shovels, Multi-Purpose Roads Maintenance Vehicle, Articulated Tipper trucks, Chip Spreaders, Road Paving Machines, Hot Bitumen Emulsion Sprayers , Low Load Trailers, 18t Road Sweepers, Road Planers and 10Tonne Rollers of which providers will be required to demonstrate their ability to provide for the following:- Supply, Repair, Maintenance and Parts Accidental Damage and General Body Repairs All of or a combination of the above, which shall be identified within the procurement documents and will be at the council's sole discretion The DPS is a two stage process. First, in the initial setup stage, all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. This is assessed through the completion of an ESPD. The DPS does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS.. 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. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8 and 9 of The Procurement (Scotland) Regulations 2016.",
"status": "complete",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "The DPS is a two stage process. There is no intention by the Council to limit the minimum and maximum number of suppliers. In the initial setup stage all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process can be found within the procurement documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "This DPS will remain live for a minimum period of 7 years and may be extended for up to a further 36 months"
}
},
{
"id": "5",
"title": "Category 5 Repairs, Maintenance & Spare Parts (All Vehicles / Heavy Plant on GCC Fleet current and future requirements)",
"description": "This Category will be utilised to appoint maintainers as required for the existing fleet in place at the outset of the DPS and subsequent new vehicles / Heavy Plant that are added throughout the DPS - specific requirements may be grouped by size at the time of competition Accident damage and general body repairs shall be required under this Category also and may be grouped as stated above. The provision of parts for legacy vehicles will be required under this Category and providers will be required to confirm that they are able to provide these to GCC in a timely manner This Category shall also be utilised to award Repairs & Maintenance contracts to any vehicles bought from collaborative frameworks (Scot Excel, Crown Commercial etc) or indeed from purchase only categories of this DPS. The DPS does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS.. 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. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8 and 9 of The Procurement (Scotland) Regulations 2016.",
"status": "complete",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "The DPS is a two stage process. There is no intention by the Council to limit the minimum and maximum number of suppliers. In the initial setup stage all suppliers who meet the selection criteria and are not excluded must be admitted to the DPS. Further information on the selection process can be found within the procurement documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "This DPS will remain live for a minimum period of 7 years and may be extended for up to a further 36 months"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "KPIs will be incorporated in the procurement documents. Please refer to Document 3 - Stage 2 Invitation to Tender (ITT) Template."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2024-10-14T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Suppliers will be assessed on the selection and criteria information provided in response to their request to participate for a place on the Dynamic Purchasing System (DPS). The procurement will be managed electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk To participate in this Procurement, participants must first be registered on Public Contracts Scotland at the following link: https://www.publiccontractsscotland.gov.uk/register/Register_step1.aspx Full instructions for registration and use of the system can be found at: https://www.publiccontractsscotland.gov.uk/AboutUs/aboutus_contactus.aspx The Supplier can submit a request to participate as a single legal entity. Alternatively, you can work together with other legal entities to form a Group of Economic Operators. If you do, we ask the Group of Economic Operators to choose a lead member who will submit the bid on behalf of the Group of Economic Operators and you will have to identify what each of the parties is contributing to the bid."
},
{
"type": "economic",
"description": "Please refer to the procurement documents, in particular Document 1 ESPD(S) Statements found within the buyers attachment area on PCS-T.",
"minimum": "Please refer to the procurement documents, in particular Document 1 ESPD(S) Statements found within the buyers attachment area on PCS-T."
},
{
"type": "technical",
"description": "Please refer to the procurement documents, in particular Document 1 ESPD(S) Statements, found within the buyers attachment area on PCS-T.",
"minimum": "Please refer to the procurement documents, in particular Document 1 ESPD(S) Statements, found within the buyers attachment area on PCS-T."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasDynamicPurchasingSystem": true
},
"classification": {
"id": "50111000",
"scheme": "CPV"
},
"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, discounted 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.",
"hasRecurrence": true,
"recurrence": {
"description": "9 years"
}
},
"language": "EN",
"description": "Award against framework: Please note that this Contract Notice is additional to the original contract notice (ref. number JUL290948) for the Dynamic Purchasing System for the Purchase of Fleet. This exists in order to ensure that suppliers have the opportunity to access material and information throughout the life of the DPS. Please refer to the procurement documents found within the buyers attachment area on PCS-T. The values provided in this notice are an estimate only. The Council cannot guarantee to Suppliers any business through the DPS Agreement. The Council expressly reserves the right (i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Council be liable for any costs incurred by the suppliers. The Council considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ('TUPE') may apply at the Invitation to Tender stage. It is the supplier's responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6893. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Please refer to the procurement documents found within the buyers attachment area on PCS-T. (SC Ref:470991) (SC Ref:539013)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000515490"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000515490"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "GCC003831CPU-1",
"title": "Category 1 - Maintenance and Repair for Heavy Vehicles Over 18T",
"suppliers": [
{
"id": "org-241",
"name": "Riverside Truck Rental"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "GCC003831CPU-1",
"awardID": "GCC003831CPU-1",
"title": "Category 1 - Maintenance and Repair for Heavy Vehicles Over 18T",
"status": "active",
"value": {
"amount": 6972817.05,
"currency": "GBP"
},
"dateSigned": "2018-04-02T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "612",
"measure": "bids",
"value": 3,
"relatedLot": "1"
}
]
}
}