Notice Information
Notice Title
Fixed and Mobile Weighbridge Services
Notice Description
The council invites Bidders to submit bids for the provision of Fixed and Mobile Weighbridge Services to ensure that all weighbridges (fixed and mobile) are supplied, installed, calibrated, certified in line with licensing conditions, repaired, maintained, cleaned and fully operational. Fixed weighbridges services will be required for the council's 14 depots, mainly across the City of Glasgow and mobile services shall be required across the West of Scotland for the 11 Local Authorities (inclusive of Glasgow City Council) detailed in above The agreement is split into four lots Lot 1 - Hire of Weighbridge Test Vehicle and Operator (Mobile) Lot 2 - Repair (Ad-hoc-emergency) and Scheduled Maintenance, Calibration and Re-verification of Weighbridge and Industrial Cleaning. Lot 3 - Supply and Installation new Weighbridge, relocation, removal and recycling of Weighbridges existing weighbridges Lot 4 - Structural Welding Repairs (Ad-hoc - emergency).
Lot Information
Hire of Weighbridge Test Vehicle and Operator (Mobile)
Provision of Hire of Weighbridge Test Vehicle and Operator services will be required across the West Coast of Scotland for the 11 Local Authorities named above. This requirement is to allow the Council s' Trading Standards Officers to test mobile weighbridges within various locations throughout the 11 Local Authority across the West of Scotland. Services for Mobile Weighbridges will be carried out by the supplier mainly between June and September of each year of the framework. This will adhere to Weights and Measures Legislation, Trading & Standards which states that ALL public and private weighbridges within the LA's catchment area must be tested.
Renewal: The Council will have an option to extend the framework agreement for a period of up to 12 months which will be exercised by the Council serving notice on the Bidder in accordance with the Council's Terms and Conditions
Repair (Adhoc) Scheduled Maintenance, Calibration and Re-verification of Weighbridges and Industrial CleaningProvision of repair and maintenance, calibration, assessments re-verification and industrial cleaning of the council's fixed weighbridges. The weighbridges are utilised for measuring weight of waste material transported in and out of all council depots before going to landfill or a processing outlet. Appointed suppliers will be required to ensure all weighbridges are maintained, calibrated and cleaned in order to remain fully operational 24/7 7 days a week including public holidays.
Renewal: The Council will have an option to extend the framework agreement for a period of up to 12 months which will be exercised by the Council serving notice on the Bidder in accordance with the Council's Terms and Conditions
Supply and Installation of new Weighbridge, relocation, removal and recycling of existing weighbridgesProvision of Supply, Installation of new weighbridge, furthermore removal, re-location, and recycling of existing weighbridges when required across various Council sites.
Options: Lot 3 - A mini competition will be run should the council require a weighbridge of an alternative specification than the one specified within section Invitation to Tender
Renewal: The Council will have an option to extend the framework agreement for a period of up to 12 months which will be exercised by the Council serving notice on the Bidder in accordance with the Council's Terms and Conditions
Structural Welding Repairs (Ad-hoc-emergency)The provision of ad-hoc repairs to the structure of the fixed weighbridge as required. Normally this will consist of steelwork repairs involving welding equipment and could include but not be limited to- Structural steel fabrication Secondary steelwork Steel stairs, balustrades and handrails Site erection
Renewal: Prior to the expiry of year 3, the council will review the The Council will have an option to extend the framework agreement for a period of up to 12 months which will be exercised by the Council serving notice on the Bidder in accordance with the Council's Terms and Conditions
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000647657
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR410202
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F14 - Corrigendum
- Procurement Type
- Framework
- 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
42 - Industrial machinery
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
63 - Supporting and auxiliary transport services; travel agencies services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
42660000 - Soldering, brazing and welding tools, surface tempering and hot-spraying machines and equipment
44315200 - Welding materials
45221117 - Weighbridge construction work
45262680 - Welding
63712500 - Weighbridge services
71632000 - Technical testing services
Notice Value(s)
- Tender Value
- £420,000 £100K-£500K
- Lots Value
- £420,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Mar 20214 years ago
- Submission Deadline
- 19 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- This framework is for 36 months with a potential 12 month extension. Therefore it is estimated that the notice for this re-tender will be issued in 2024/2025.
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
- Additional Buyers
- Contact Name
- Maxine Baird, Raji Purba
- Contact Email
- caroline.dougan@glasgow.gov.uk, corporate.procurement@west-dunbarton.gov.uk, corporateprocurement@northlan.gov.uk, cpu@renfrewshire.gov.uk, customerservice@inverclyde.gov.uk, ercprocurement@eastrenfrewshire.gov.uk, lorna.dunn@eastdunbarton.gov.uk, procurement@argyll-bute.gov.uk, procurement@east-ayrshire.gov.uk, procurement@eastdunbarton.gov.uk, procurement@north-ayrshire.gov.uk, procurement@south-ayrshire.gov.uk, raji.purba@glasgow.gov.uk
- Contact Phone
- +44 1294310000, +44 1389737000, +44 1412875676, +44 1412879077, +44 1415745750, +44 1415773669, +44 1475712364, +44 1546604194, +44 1563576183, +44 1698403876, +44 3001230900, +44 3003000300
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)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde North
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409982
Fixed and Mobile Weighbridge Services - The council invites Bidders to submit bids for the provision of Fixed and Mobile Weighbridge Services to ensure that all weighbridges (fixed and mobile) are supplied, installed, calibrated, certified in line with licensing conditions, repaired, maintained, cleaned and fully operational. Fixed weighbridges services will be required for the council's 14 depots, mainly across the City of Glasgow and mobile services shall be required across the West of Scotland for the 11 Local Authorities (inclusive of Glasgow City Council) detailed in above The agreement is split into four lots Lot 1 - Hire of Weighbridge Test Vehicle and Operator (Mobile) Lot 2 - Repair (Ad-hoc-emergency) and Scheduled Maintenance, Calibration and Re-verification of Weighbridge and Industrial Cleaning. Lot 3 - Supply and Installation new Weighbridge, relocation, removal and recycling of Weighbridges existing weighbridges Lot 4 - Structural Welding Repairs (Ad-hoc - emergency).
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-r6ebe6-0000647657-2021-03-23T00:00:00Z",
"date": "2021-03-23T00:00:00Z",
"ocid": "ocds-r6ebe6-0000647657",
"initiationType": "tender",
"parties": [
{
"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": {
"name": "Raji Purba",
"email": "raji.purba@glasgow.gov.uk",
"telephone": "+44 1412879077",
"faxNumber": "+44 1412879399",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"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-51",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"email": "Corporate.Procurement@west-dunbarton.gov.uk",
"telephone": "+44 1389737000"
},
"roles": [
"buyer"
]
},
{
"id": "org-52",
"name": "North Ayrshire Council",
"identifier": {
"legalName": "North Ayrshire Council"
},
"address": {
"streetAddress": "Cunninghame House, Friars Croft",
"locality": "Irvine",
"region": "UKM93",
"postalCode": "KA12 8EE"
},
"contactPoint": {
"email": "procurement@North-Ayrshire.gov.uk",
"telephone": "+44 1294310000"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-53",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "corporateprocurement@northlan.gov.uk",
"telephone": "+44 1698403876",
"faxNumber": "+44 1698275125"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-54",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "cpu@renfrewshire.gov.uk",
"telephone": "+44 3003000300"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-49",
"name": "East Dunbartonshire Council",
"identifier": {
"legalName": "East Dunbartonshire Council"
},
"address": {
"streetAddress": "Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place",
"locality": "Kirkintilloch",
"region": "UKM81",
"postalCode": "G66 1TJ"
},
"contactPoint": {
"email": "Lorna.Dunn@eastdunbarton.gov.uk",
"telephone": "+44 1415745750",
"faxNumber": "+44 1415745529",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.u"
},
"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.eastdunbarton.gov.uk"
}
},
{
"id": "org-3",
"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": "Maxine Baird",
"email": "caroline.dougan@glasgow.gov.uk",
"telephone": "+44 1412875676",
"url": "http://"
},
"roles": [
"buyer"
],
"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-55",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood HQ, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG"
},
"contactPoint": {
"email": "ercprocurement@eastrenfrewshire.gov.uk",
"telephone": "+44 1415773669"
},
"roles": [
"buyer"
]
},
{
"id": "org-56",
"name": "Argyll and Bute Council",
"identifier": {
"legalName": "Argyll and Bute Council"
},
"address": {
"streetAddress": "Kilmory",
"locality": "Lochgilphead",
"region": "UKM",
"postalCode": "PA31 8RT"
},
"contactPoint": {
"email": "procurement@argyll-bute.gov.uk",
"telephone": "+44 1546604194"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-29",
"name": "South Ayrshire Council",
"identifier": {
"legalName": "South Ayrshire Council"
},
"address": {
"streetAddress": "County Buildings, Wellington Square",
"locality": "Ayr",
"region": "UKM94",
"postalCode": "KA7 1DR"
},
"contactPoint": {
"email": "procurement@south-ayrshire.gov.uk",
"telephone": "+44 3001230900",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.south-ayrshire.gov.uk/procurement/"
}
},
{
"id": "org-57",
"name": "Inverclyde Council",
"identifier": {
"legalName": "Inverclyde Council"
},
"address": {
"streetAddress": "Corporate Procurement, Municipal Buildings, Clyde Square",
"locality": "Greenock",
"region": "UKM83",
"postalCode": "PA15 1LX"
},
"contactPoint": {
"email": "customerservice@inverclyde.gov.uk",
"telephone": "+44 1475712364"
},
"roles": [
"buyer"
]
},
{
"id": "org-19",
"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"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk",
"url": "http://www.glasgow.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-4",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"email": "Corporate.Procurement@west-dunbarton.gov.uk",
"telephone": "+44 1389737000"
},
"roles": [
"buyer"
]
},
{
"id": "org-5",
"name": "North Ayrshire Council",
"identifier": {
"legalName": "North Ayrshire Council"
},
"address": {
"streetAddress": "Cunninghame House, Friars Croft",
"locality": "Irvine",
"region": "UKM93",
"postalCode": "KA12 8EE"
},
"contactPoint": {
"email": "procurement@North-Ayrshire.gov.uk",
"telephone": "+44 1294310000"
},
"roles": [
"buyer"
]
},
{
"id": "org-6",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "corporateprocurement@northlan.gov.uk",
"telephone": "+44 1698403876",
"faxNumber": "+44 1698275125"
},
"roles": [
"buyer"
]
},
{
"id": "org-7",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "cpu@renfrewshire.gov.uk",
"telephone": "+44 3003000300"
},
"roles": [
"buyer"
]
},
{
"id": "org-8",
"name": "East Dunbartonshire Council",
"identifier": {
"legalName": "East Dunbartonshire Council"
},
"address": {
"streetAddress": "Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place",
"locality": "Kirkintilloch",
"region": "UKM81",
"postalCode": "G66 1TJ"
},
"contactPoint": {
"email": "procurement@eastdunbarton.gov.uk",
"telephone": "+44 1415745750",
"faxNumber": "+44 1415745529"
},
"roles": [
"buyer"
]
},
{
"id": "org-9",
"name": "East Ayrshire Council",
"identifier": {
"legalName": "East Ayrshire Council"
},
"address": {
"streetAddress": "Corporate Procurement Team, London Road HQ",
"locality": "Kilmarnock",
"region": "UKM93",
"postalCode": "KA3 7BU"
},
"contactPoint": {
"email": "procurement@east-ayrshire.gov.uk",
"telephone": "+44 1563576183"
},
"roles": [
"buyer"
]
},
{
"id": "org-10",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood HQ, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG"
},
"contactPoint": {
"email": "ercprocurement@eastrenfrewshire.gov.uk",
"telephone": "+44 1415773669"
},
"roles": [
"buyer"
]
},
{
"id": "org-11",
"name": "Argyll and Bute Council",
"identifier": {
"legalName": "Argyll and Bute Council"
},
"address": {
"streetAddress": "Kilmory",
"locality": "Lochgilphead",
"region": "UKM",
"postalCode": "PA31 8RT"
},
"contactPoint": {
"email": "procurement@argyll-bute.gov.uk",
"telephone": "+44 1546604194"
},
"roles": [
"buyer"
]
},
{
"id": "org-12",
"name": "South Ayrshire Council",
"identifier": {
"legalName": "South Ayrshire Council"
},
"address": {
"streetAddress": "County Buildings, Wellington Square",
"locality": "Ayr",
"region": "UKM94",
"postalCode": "KA7 1DR"
},
"contactPoint": {
"email": "procurement@south-ayrshire.gov.uk",
"telephone": "+44 3001230900"
},
"roles": [
"buyer"
]
},
{
"id": "org-13",
"name": "Inverclyde Council",
"identifier": {
"legalName": "Inverclyde Council"
},
"address": {
"streetAddress": "Corporate Procurement, Municipal Buildings, Clyde Square",
"locality": "Greenock",
"region": "UKM83",
"postalCode": "PA15 1LX"
},
"contactPoint": {
"email": "customerservice@inverclyde.gov.uk",
"telephone": "+44 1475712364"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-3"
},
"tender": {
"id": "GCC005172CPU",
"title": "Fixed and Mobile Weighbridge Services",
"description": "The council invites Bidders to submit bids for the provision of Fixed and Mobile Weighbridge Services to ensure that all weighbridges (fixed and mobile) are supplied, installed, calibrated, certified in line with licensing conditions, repaired, maintained, cleaned and fully operational. Fixed weighbridges services will be required for the council's 14 depots, mainly across the City of Glasgow and mobile services shall be required across the West of Scotland for the 11 Local Authorities (inclusive of Glasgow City Council) detailed in above The agreement is split into four lots Lot 1 - Hire of Weighbridge Test Vehicle and Operator (Mobile) Lot 2 - Repair (Ad-hoc-emergency) and Scheduled Maintenance, Calibration and Re-verification of Weighbridge and Industrial Cleaning. Lot 3 - Supply and Installation new Weighbridge, relocation, removal and recycling of Weighbridges existing weighbridges Lot 4 - Structural Welding Repairs (Ad-hoc - emergency).",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71632000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "71632000",
"scheme": "CPV"
},
{
"id": "63712500",
"scheme": "CPV"
},
{
"id": "45221117",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "71632000",
"scheme": "CPV"
},
{
"id": "63712500",
"scheme": "CPV"
},
{
"id": "45221117",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "45262680",
"scheme": "CPV"
},
{
"id": "42660000",
"scheme": "CPV"
},
{
"id": "44315200",
"scheme": "CPV"
},
{
"id": "63712500",
"scheme": "CPV"
},
{
"id": "45221117",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "4"
}
],
"value": {
"amount": 420000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-04-19T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-04-19T12:00:00Z"
},
"documents": [
{
"id": "MAR409982",
"documentType": "contractNotice",
"title": "Fixed and Mobile Weighbridge Services",
"description": "The council invites Bidders to submit bids for the provision of Fixed and Mobile Weighbridge Services to ensure that all weighbridges (fixed and mobile) are supplied, installed, calibrated, certified in line with licensing conditions, repaired, maintained, cleaned and fully operational. Fixed weighbridges services will be required for the council's 14 depots, mainly across the City of Glasgow and mobile services shall be required across the West of Scotland for the 11 Local Authorities (inclusive of Glasgow City Council) detailed in above The agreement is split into four lots Lot 1 - Hire of Weighbridge Test Vehicle and Operator (Mobile) Lot 2 - Repair (Ad-hoc-emergency) and Scheduled Maintenance, Calibration and Re-verification of Weighbridge and Industrial Cleaning. Lot 3 - Supply and Installation new Weighbridge, relocation, removal and recycling of Weighbridges existing weighbridges Lot 4 - Structural Welding Repairs (Ad-hoc - emergency).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409982",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Hire of Weighbridge Test Vehicle and Operator (Mobile)",
"description": "Provision of Hire of Weighbridge Test Vehicle and Operator services will be required across the West Coast of Scotland for the 11 Local Authorities named above. This requirement is to allow the Council s' Trading Standards Officers to test mobile weighbridges within various locations throughout the 11 Local Authority across the West of Scotland. Services for Mobile Weighbridges will be carried out by the supplier mainly between June and September of each year of the framework. This will adhere to Weights and Measures Legislation, Trading & Standards which states that ALL public and private weighbridges within the LA's catchment area must be tested.",
"status": "active",
"value": {
"amount": 140000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery",
"description": "10"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The Council will have an option to extend the framework agreement for a period of up to 12 months which will be exercised by the Council serving notice on the Bidder in accordance with the Council's Terms and Conditions"
}
},
{
"id": "2",
"title": "Repair (Adhoc) Scheduled Maintenance, Calibration and Re-verification of Weighbridges and Industrial Cleaning",
"description": "Provision of repair and maintenance, calibration, assessments re-verification and industrial cleaning of the council's fixed weighbridges. The weighbridges are utilised for measuring weight of waste material transported in and out of all council depots before going to landfill or a processing outlet. Appointed suppliers will be required to ensure all weighbridges are maintained, calibrated and cleaned in order to remain fully operational 24/7 7 days a week including public holidays.",
"status": "active",
"value": {
"amount": 165000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Communication and Management Information",
"description": "4"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The Council will have an option to extend the framework agreement for a period of up to 12 months which will be exercised by the Council serving notice on the Bidder in accordance with the Council's Terms and Conditions"
}
},
{
"id": "3",
"title": "Supply and Installation of new Weighbridge, relocation, removal and recycling of existing weighbridges",
"description": "Provision of Supply, Installation of new weighbridge, furthermore removal, re-location, and recycling of existing weighbridges when required across various Council sites.",
"status": "active",
"value": {
"amount": 80000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Communication and Management Information",
"description": "4"
},
{
"type": "price",
"description": "60"
}
]
},
"options": {
"description": "Lot 3 - A mini competition will be run should the council require a weighbridge of an alternative specification than the one specified within section Invitation to Tender"
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The Council will have an option to extend the framework agreement for a period of up to 12 months which will be exercised by the Council serving notice on the Bidder in accordance with the Council's Terms and Conditions"
}
},
{
"id": "4",
"title": "Structural Welding Repairs (Ad-hoc-emergency)",
"description": "The provision of ad-hoc repairs to the structure of the fixed weighbridge as required. Normally this will consist of steelwork repairs involving welding equipment and could include but not be limited to- Structural steel fabrication Secondary steelwork Steel stairs, balustrades and handrails Site erection",
"status": "active",
"value": {
"amount": 35000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Communication and Management Information",
"description": "4"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Prior to the expiry of year 3, the council will review the The Council will have an option to extend the framework agreement for a period of up to 12 months which will be exercised by the Council serving notice on the Bidder in accordance with the Council's Terms and Conditions"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2021-04-19T12:00:00Z",
"address": {
"streetAddress": "Glasgow, UK"
}
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "For Lots 1,2 and 3 The bidders must be a member of the United Kingdom Weighing Federation. This is a mandatory requirement and will be evaluated on an pass/fail basis. If bidders are not a member of the United Kingdom Weighing Federation they will not be considered."
},
{
"type": "economic",
"description": "Trading Performance An overall positive outcome on pre-tax profits over a 3 year period. Exceptional items can be excluded from 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 For non-UK Companies, ratios and minimum turnover should be calculated on information contained in the most recent audited accounts. Bidders who have been trading for less than 3 years must provide evidence that they have complying with the above minimum financial requirements for the period during which they have been trading. Bidders 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 the applicant is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements. The council also requires assurance regarding the current liquidity of the bidding company. The Bidder may provide a Letter of Comfort from its own bank to satisfy the above financial requirement. The council would also be prepared to consider other documentation that provided evidence that the Bidder had adequate financial resources to undertake the contracts 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. Bidders who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. The Council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract following a mini-competition should the Applicant no longer meet the requirements set out in this SPD. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
"minimum": "All Lots - Employer's Liability The organisation shall take out and maintain throughout the period of framework agreement Employer's Liability insurance to the value of a minimum TEN MILLION (10000000) POUNDS STERLING in respect of any one claim and unlimited in the period. Lots 1,2 and 4 Public Liability The organisation shall take out and maintain throughout the period of the framework agreement Public Liability insurance to the value of at least FIVE MILLION (5000000) POUNDS STERLING in respect of any one claim and unlimited in the period. Lot 3 - Public Liability The organisation shall take out and maintain throughout the period of the framework agreement Public Liability Insurance to the value of at least FIVE MILLION POUNDS STERLING (5000000) in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate. Products Liability - All Lots The organisation shall take out and maintain throughout the period of the framework agreement Products Liability insurance to the value of at least FIVE MILLION (5000000) POUNDS STERLING in respect of any one claim and in the aggregate. Professional Indemnity - Lots 2 and 3 The organisation shall take out and maintain throughout the period of the framework and for a further 3 years on completion of the framework, Professional Indemnity insurance to the value of a minimum ONE MILLION (1000000) POUNDS STERLING in respect of any one claim and in the aggregate. Motor - Lots 1, 2 and 3 The organisation shall take out and maintain, throughout the period of the framework, at least statutory Motor insurance cover as per the Road Traffic Act 1988. Contract Works - Lot 3 The organisation should have Contract Works insurance for the duration of the framework Agreement. The value of each contract should determine the level of Contract Works required."
},
{
"type": "technical",
"description": "Lot 1- 4C1.2 Examples from both public and /or private sector customers and clients may be provided. For each example the bidder must complete the template provided and provide the following information but not be limited to Relevant examples should outline your experience in provision of Hire of Weighbridge Test Vehicle services that your company has delivered similar in scale and locations site for the Council in the past three years. Your examples must demonstrate the service requirement detailed in section 4 of the scope of service. Your response should address as a minimum, but is not limited to the following areas - 1. Customer name, 2. Contract start date 3. Contract end dates 4. Contract value 5. Challenges you experienced when you delivered this service of similar size and locations as outlined in the scope 6. Risks you may have encountered and what mitigating actions you took to resolve to deliver the service. 7. skills and experience of the proposed team who helped deliver these projects Example 1 weighting will be 50% Example 2 weighting will be 50 % EVALUATION PROCESS - A minimum of pass mark of 60% out the 100% is required in total for this section. Any Bidder who fails to achieve the minimum score for this section will be excluded at this stage. Lots 2,3 & 4 Please provide 1 relevant examples of services carried out during the last three years as specified in the contract notice (examples from both public and/or private sector) For each example the following information should be provided but not be limited to 1) An overview of the contract including: 1. Customer name, 2. Contract start date 3. Contract end dates 4. Contract value 5. Full detailed contract description to include what services were covered 6. Challenges you experienced when you delivered this service of similar size and locations as outlined in the scope 7. Risks you may have encountered and what mitigating actions you took to resolve to deliver the service. 8. Skills and experience of the proposed team who helped deliver these projects 9. Provide evidence which should include your response times and contingency provisions you put in place if weighbridge equipment failed. Example 1 weighting will be 50% Example 1 weighting will be 100 % EVALUATION PROCESS - A minimum of pass mark of 60% out the 100% is required in total for this section. Any Bidder who fails to achieve the minimum score for this section will be excluded at this stage."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 12,
"periodRationale": "This framework will not exceed 4 years"
}
},
"classification": {
"id": "71632000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "This framework is for 36 months with a potential 12 month extension. Therefore it is estimated that the notice for this re-tender will be issued in 2024/2025."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-4",
"description": "Changes to Contract Notice Section IV.2.2 Time limit for receipt of tender or request to participate Date has now been changed from 19 March to 23 March 2021 Section IV.2.7 Conditions of opening tenders Date has now been changed from 19 April to 22 April 2021 at 12:00noon. Section 111.1.2 Economic and Financial Standing Included is - The council also requires assurance regarding the current liquidity of the bidding company. The Bidder may provide a Letter of Comfort from its own bank to satisfy the above financial requirement. The council would also be prepared to consider other documentation that provided evidence that the Bidder had adequate financial resources to undertake the contracts. Change is - Due to the negative financial consequences of the pandemic, Glasgow City Council also requires assurance regarding current liquidity of the bidding company. The bidder must provide a Letter of Comfort from its own bank to satisfy the financial requirements. V1.3 Additional Information Project_ 17161 has been invalidated and has now bee replaced by Project_ 18302 within Public Contract Scotland Tender Portal."
}
]
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2016/S 052-087389"
}
],
"description": "H&S - Please complete H&S Questionnaire for Lot 1-4. Bidders must complete H&S for the appropriate Lot they are bidding for as art of their submission response. Only the recommended suppliers will be evaluated. The Questionnaire will be evaluated pass or fail. Freedom of Information Act - Please refer to PCST technical envelope for ALL LOTS Tenders Amendments Certificate -Please refer to PCST technical envelope for ALL LOTS. Prompt Payment Certificate - Please refer to PCST technical envelope for ALL LOTS. Bidders are required to complete the Non Collusion Certificate contained in Technical response area in PCS-T portal. All suppliers will be required to sign an Insurance - Please refer to PCST technical envelope for ALL LOTS. Terms and conditions are located within the buyer's attachment area with PCST portal. Additional information pertaining to this contract notice is contained in the ITT and SPD Council Statements document within PCST attachment area. Bidders are required to review the Community Benefit Menu (provided within the Buyer's attachment area within PCST) and indicate the type and volume of Community Benefit outcomes which will be delivered should the cumulative contract spend for this framework. Suppliers must complete all threshold tabs within the community benefit menu offering the corresponding point allocation for each threshold. Suppliers will only be required to carry out the community benefits offered if spend reaches the relevant threshold. (SC Ref:643993) The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17161. For more information see http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 (SC Ref:647657) The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17161. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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: Lot 1 - Mandatory Community Benefits. The minimum number of Community Benefits Points required for this lot is 20 points. Please see Document Four - Community Benefits Menu within the Buyers Attachment Area. Lot 2 and 3 - Mandatory Community Benefits as detailed below: - COM01 - Community Engagement - Financial Support (minimum 1000 (GBP) - COM02 - Community Engagement - Non-Financial Support (minimum 5 hours) The minimum number of Community Benefits Points required for lots 2 and 3 lot is 15 points per lot. Lot 4 - Voluntary Community Benefits only. (SC Ref:647657)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000647657"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000647657"
}
],
"noticetype": "OJEU - F14 - Corrigendum"
}