Notice Information
Notice Title
Transport and Storage of Rock Salt
Notice Description
Glasgow City Council (Neighbourhood and Sustainability) requires the successful supplier to accept articulated lorry deliveries of rock salt from the King George V Dock, provide covered storage for 4,000 Tonnes of untreated and 6,000 Tonnes of treated rock salt (per year). The successful supplier will also be responsible for stacking and shaping the rock salt in two distinct piles (treated and untreated) and the transportation of the rock salt to various depots within the Glasgow City Council boundaries adhering to the agreed schedule.
Lot Information
Lot 1
The following detailed service parameters are the responsibility of the successful supplier in the ongoing support of this Invitation to Tender. The following services are covered by this commission: Accept articulated lorry deliveries of rock salt (treated and untreated) from King George V Dock between 07:30hrs and 16:00hrs Monday to Sunday; Covered storage of 4,000 Tonnes of untreated rock salt and 6,000 Tonnes of treated rock salt (ring fenced) per year; Stacking and shaping of rock salt as required within covered storage - there will be two distinct stock piles, one treated rock salt and one untreated rock salt; Transportation of the rock salt to locations within the Glasgow City Council boundary; Transportation of minimum 20 Tonnes to various local depots including: Gartcraig Depot 201 Gartcraig Road, Glasgow G33 2SN Nitshill Depot 91 - 121 Woodhead Road, Glasgow, G53 7NN within the Glasgow City Council boundaries between 07:30hrs and 16:00hrs Monday to Sunday.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000612268
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG391855
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
60 - Transport services (excl. Waste transport)
-
- CPV Codes
60000000 - Transport services (excl. Waste transport)
Notice Value(s)
- Tender Value
- £150,000 £100K-£500K
- Lots Value
- £150,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £177,000 £100K-£500K
Notice Dates
- Publication Date
- 5 Aug 20205 years ago
- Submission Deadline
- 28 Feb 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 15 Jul 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- November 2022
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
- Contact Name
- George Maley, Lesley Thomson
- Contact Email
- george.maley@fs.glasgow.gov.uk, lesley.thomson2@glasgow.gov.uk
- Contact Phone
- +44 1412878637, +44 1412878745
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 Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN379068
Transport and Storage of Rock Salt - Glasgow City Council (Neighbourhood and Sustainability) requires the successful supplier to accept articulated lorry deliveries of rock salt from the King George V Dock, provide covered storage for 4,000 Tonnes of untreated and 6,000 Tonnes of treated rock salt (per year). The successful supplier will also be responsible for stacking and shaping the rock salt in two distinct piles (treated and untreated) and the transportation of the rock salt to various depots within the Glasgow City Council boundaries adhering to the agreed schedule. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG391855
Transport and Storage of Rock Salt - Glasgow City Council (Neighbourhood and Sustainability) requires the successful supplier to accept articulated lorry deliveries of rock salt from the King George V Dock, provide covered storage for 4,000 Tonnes of untreated and 6,000 Tonnes of treated rock salt (per year). The successful supplier will also be responsible for stacking and shaping the rock salt in two distinct piles (treated and untreated) and the transportation of the rock salt to various depots within the Glasgow City Council boundaries adhering to the agreed schedule.
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-r6ebe6-0000612268-2020-08-05T00:00:00Z",
"date": "2020-08-05T00:00:00Z",
"ocid": "ocds-r6ebe6-0000612268",
"initiationType": "tender",
"parties": [
{
"id": "org-17",
"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": "George Maley",
"email": "george.maley@fs.glasgow.gov.uk",
"telephone": "+44 1412878745",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"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-18",
"name": "Glasgow Sherrif Court & Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sherrif Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "PO BOX 1 23 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk",
"url": "http://www.scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-48",
"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": "Lesley Thomson",
"email": "Lesley.Thomson2@glasgow.gov.uk",
"telephone": "+44 1412878637",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"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-298",
"name": "Hillhouse Quarry Group Ltd T/A MacASPHALT",
"identifier": {
"legalName": "Hillhouse Quarry Group Ltd T/A MacASPHALT"
},
"address": {
"streetAddress": "25 Scotts Road",
"locality": "Paisley",
"region": "UKM",
"postalCode": "PA2 7AN"
},
"contactPoint": {
"telephone": "+44 1418879109"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-299",
"name": "Glasgow Sherrif Court & Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sherrif Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "PO BOX 1 23 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk",
"url": "http://www.scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-48"
},
"tender": {
"id": "GCC004921CPU",
"title": "Transport and Storage of Rock Salt",
"description": "Glasgow City Council (Neighbourhood and Sustainability) requires the successful supplier to accept articulated lorry deliveries of rock salt from the King George V Dock, provide covered storage for 4,000 Tonnes of untreated and 6,000 Tonnes of treated rock salt (per year). The successful supplier will also be responsible for stacking and shaping the rock salt in two distinct piles (treated and untreated) and the transportation of the rock salt to various depots within the Glasgow City Council boundaries adhering to the agreed schedule.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "60000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 150000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-02-28T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-02-28T12:00:00Z"
},
"documents": [
{
"id": "JAN379068",
"documentType": "contractNotice",
"title": "Transport and Storage of Rock Salt",
"description": "Glasgow City Council (Neighbourhood and Sustainability) requires the successful supplier to accept articulated lorry deliveries of rock salt from the King George V Dock, provide covered storage for 4,000 Tonnes of untreated and 6,000 Tonnes of treated rock salt (per year). The successful supplier will also be responsible for stacking and shaping the rock salt in two distinct piles (treated and untreated) and the transportation of the rock salt to various depots within the Glasgow City Council boundaries adhering to the agreed schedule.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN379068",
"format": "text/html"
},
{
"id": "AUG391855",
"documentType": "awardNotice",
"title": "Transport and Storage of Rock Salt",
"description": "Glasgow City Council (Neighbourhood and Sustainability) requires the successful supplier to accept articulated lorry deliveries of rock salt from the King George V Dock, provide covered storage for 4,000 Tonnes of untreated and 6,000 Tonnes of treated rock salt (per year). The successful supplier will also be responsible for stacking and shaping the rock salt in two distinct piles (treated and untreated) and the transportation of the rock salt to various depots within the Glasgow City Council boundaries adhering to the agreed schedule.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG391855",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The following detailed service parameters are the responsibility of the successful supplier in the ongoing support of this Invitation to Tender. The following services are covered by this commission: Accept articulated lorry deliveries of rock salt (treated and untreated) from King George V Dock between 07:30hrs and 16:00hrs Monday to Sunday; Covered storage of 4,000 Tonnes of untreated rock salt and 6,000 Tonnes of treated rock salt (ring fenced) per year; Stacking and shaping of rock salt as required within covered storage - there will be two distinct stock piles, one treated rock salt and one untreated rock salt; Transportation of the rock salt to locations within the Glasgow City Council boundary; Transportation of minimum 20 Tonnes to various local depots including: Gartcraig Depot 201 Gartcraig Road, Glasgow G33 2SN Nitshill Depot 91 - 121 Woodhead Road, Glasgow, G53 7NN within the Glasgow City Council boundaries between 07:30hrs and 16:00hrs Monday to Sunday.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "complete",
"value": {
"amount": 150000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2020-02-28T12:00:00Z"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Full details of the conditions of contract will be set out within the Invitation to Tender. Key Performance Indicators applicable to the contract will be provided in the Invitation to Tender documentation."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Not applicable"
},
{
"type": "economic",
"description": "Financial Check 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 should be calculated on latest filed accounts with Company House. For non-UK Companies, ratios should be calculated on information contained in most recent audited accounts. Trading Performance An overall positive outcome on pre-tax profits over a 3 year period. Exceptional items occurring in the normal course of business and non-recurring 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. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Where an Applicant is a group of economic operators (Such as a Consortium), the Lead Party of that Group must comply with the minimum financial requirements. Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their two (2) most recent sets of annual audited accounts including profit and loss information. The council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
"minimum": "Bidder shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one event and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and unlimited in the period. Bidder shall take out and maintain throughout the period of their services, at least statutory Motor insurance cover as per the Road Traffic Act 1988."
},
{
"type": "technical",
"description": "Bidders are required to provide two case studies giving examples of works carried out in the past five years that demonstrate they have the relevant experience of delivering works similar in size, scope and scale to that described in section ii.2.4 of the Contract Notice and in the Note below. Please provide 2 relevant examples of supplies and/or services carried out during the last five years as specified in the Contract Notice. Examples must contain but are not limited to: (Examples from both public and/or private sector customers and clients may be provided)"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "60000000",
"scheme": "CPV"
},
"reviewDetails": "Precise information on deadline(s) for review procedures: 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 he period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court 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.",
"hasRecurrence": true,
"recurrence": {
"description": "November 2022"
}
},
"language": "EN",
"description": "Summary of the ESPD(S) questions which have been removed: Part II 2A.18 Part IV 4A.1 - 4A.2.3 Part IV 4.B.1.1 - 4B.3 Part IV 4B.5.1.a, 4C.1 - 4C1.1, 4C.2 - 4 Part V 5.1 - 5.3 Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; bidders must hold the certificates for Quality Control, Health & Safety and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Health & Safety -- the H&S Questionnaire is contained in the attachments section of PCS-T. Bidders must complete the H&S Questionnaire as part of their submission. Responses to the H&S Questionnaire will be evaluated as pass or fail. Freedom of Information Act -- Information on the FOI Act will be contained in Appendix A of the ITT. Bidders must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information). Bidders will be required to complete the FOI certificate at ITT stage. Tenderers Amendments -- Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate at ITT stage. Prompt Payment -- The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the Council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Non Collusion -- Bidders will be required to complete the Non Collusion certificate. Insurance Mandate - The successful bidder will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. The conditions of contract will be located within the buyers attachments area within the PCS Tender portal. Additional information pertaining to this contract notice is contained in the Invitation to Tender document. Bidders must ensure they read this document in line with this contract notice. Community Benefits identified in Invitation to Tender document. (SC Ref:627300)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000612268"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000612268"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "GCC004921CPU",
"suppliers": [
{
"id": "org-298",
"name": "Hillhouse Quarry Group Ltd T/A MacASPHALT"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "GCC004921CPU",
"awardID": "GCC004921CPU",
"status": "active",
"value": {
"amount": 177000,
"currency": "GBP"
},
"dateSigned": "2020-07-15T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "905",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "906",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "907",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "908",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "909",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}