Award

The Supply, Repair & Replacement of Hydraulic Hoses

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

Glasgow City Council is undertaking a contract process for "The Supply, Repair & Replacement of Hydraulic Hoses," focused on services related to their extensive fleet of approximately 1,200 vehicles. This procurement, classified under general public services, has recently reached the award stage, completing the open tender procedure. The contract was signed on 23 May 2022, with a total value of £131,268. Interested suppliers were expected to adhere to a minimum scoring threshold in order to qualify, and specifics about delivery are directed towards the City of Glasgow region.

This tender presents significant opportunities for businesses in the hydraulic services and automotive maintenance industry, particularly those specialising in the supply and repair of hydraulic components. Both large firms and SMEs with experience in servicing vehicle fleets or infrastructure maintenance would find themselves well-suited to compete, especially those demonstrating reliability in timely delivery and compliance with the council's stringent procurement standards. Additionally, potential suppliers should be prepared to propose community benefit initiatives as part of their submissions, which could enhance their competitiveness in this contract process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

The Supply, Repair & Replacement of Hydraulic Hoses

Notice Description

The Supply, Repair & Replacement of Hydraulic Hoses for Vehicles and Plant Equipment

Lot Information

Lot 1

The council has a requirement to provide the servicing and maintenance of the council's fleet of vehicles as part of its statutory obligation. Glasgow's fleet is used to support service delivery and falls into a number of asset types, such as; Roads & Parks Service vehicles equipped with mobile toolkits and ancillary equipment, Street lighting maintenance, Disposal & Refuse collection, Winter gritting, Street sweeping, Street drainage, School and Social Work buses, light vehicles and vans for general use. The council currently uses a fleet of approximately 1,200 vehicles including electric vehicles to support services. The council has an ongoing requirement for the supply, repair and replacement of hydraulic hoses which are an essential parts of the fleet.. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. A minimum pass mark of 60 out of 100 is required overall for the Award Criteria. Any Bidder who fails to achieve the minimum score will be excluded at this stage

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000676284
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL453323
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50100000 - Repair, maintenance and associated services of vehicles and related equipment

Notice Value(s)

Tender Value
£160,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£131,268 £100K-£500K

Notice Dates

Publication Date
6 Jul 20223 years ago
Submission Deadline
21 Jan 2022Expired
Future Notice Date
Not specified
Award Date
23 May 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
December 2025

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Julie Coleman
Contact Email
david.hart@glasgow.gov.uk, julie.coleman@glasgow.gov.uk
Contact Phone
+44 1412765623, +44 1412879079

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

Supplier Information

Number of Suppliers
2
Supplier Names

HYDRASUN

HYDRAULINK

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000676284-2022-07-06T00:00:00Z",
    "date": "2022-07-06T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000676284",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-55",
            "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": "Julie Coleman",
                "email": "julie.coleman@glasgow.gov.uk",
                "telephone": "+44 1412879079",
                "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-41",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-108",
            "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": "david.hart@glasgow.gov.uk",
                "telephone": "+44 1412765623",
                "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-409",
            "name": "Hydrasun Ltd",
            "identifier": {
                "legalName": "Hydrasun Ltd"
            },
            "address": {
                "streetAddress": "Units 1 & 2, Block 20",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G32 8RF"
            },
            "contactPoint": {
                "telephone": "+44 7764594401"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-410",
            "name": "Hydraulink Ltd",
            "identifier": {
                "legalName": "Hydraulink Ltd"
            },
            "address": {
                "streetAddress": "4 Davieland Court, Ibrox Business Park",
                "locality": "Glasgow",
                "region": "UKM8",
                "postalCode": "G51 2JR"
            },
            "contactPoint": {
                "telephone": "+44 1414402508"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-11",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-108"
    },
    "tender": {
        "id": "GCC005512CPU",
        "title": "The Supply, Repair & Replacement of Hydraulic Hoses",
        "description": "The Supply, Repair & Replacement of Hydraulic Hoses for Vehicles and Plant Equipment",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "City of Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 160000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2022-01-21T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-01-21T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC436257",
                "documentType": "contractNotice",
                "title": "The Supply, Repair & Replacement of Hydraulic Hoses",
                "description": "The Supply, Repair & Replacement of Hydraulic Hoses for Vehicles and Plant Equipment",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC436257",
                "format": "text/html"
            },
            {
                "id": "JUL453323",
                "documentType": "awardNotice",
                "title": "The Supply, Repair & Replacement of Hydraulic Hoses",
                "description": "The Supply, Repair & Replacement of Hydraulic Hoses for Vehicles and Plant Equipment",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL453323",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The council has a requirement to provide the servicing and maintenance of the council's fleet of vehicles as part of its statutory obligation. Glasgow's fleet is used to support service delivery and falls into a number of asset types, such as; Roads & Parks Service vehicles equipped with mobile toolkits and ancillary equipment, Street lighting maintenance, Disposal & Refuse collection, Winter gritting, Street sweeping, Street drainage, School and Social Work buses, light vehicles and vans for general use. The council currently uses a fleet of approximately 1,200 vehicles including electric vehicles to support services. The council has an ongoing requirement for the supply, repair and replacement of hydraulic hoses which are an essential parts of the fleet.. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. A minimum pass mark of 60 out of 100 is required overall for the Award Criteria. Any Bidder who fails to achieve the minimum score will be excluded at this stage",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2022-01-21T12:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "For Key Performance Indicators relating to this procurement please refer to the following document within the suppliers attachment area of PCS-T: GCC005512CPU - Supply Repair Replacement of Hydraulic Hoses (ITT)"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Refers to Question 4B.4 of the SPD: Trading Performance An overall positive outcome on pre tax profits over a 3 year period. Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover Balance Sheet strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities Refers to Question 4B.6 of the SPD: If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with. An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House. 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. Due to the potential negative financial consequences of the pandemic on company finances, 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 above financial requirement. If the pandemic has had an adverse effect on the latest set of accounts filed with Companies House, Glasgow City Council will take that into account in determining financial suitability for the contract. The above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the above financial requirements. Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing Applicants 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": "Refers to Questions 4B.5.1 - 5.3 of the ESPD: All insurance figures are reviewable by Glasgow City Council for each project being tendered. Glasgow City Council will make the final decision on the level required for each project. There may be an option to require a lower level of insurance cover depending on the risk involved however all changes to the standard insurance requirements must be approved in advance by Financial Services (Insurance Section). Glasgow City Council's Insurance Requirements are: Employer's Liability 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. Public Liability 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 (5,000,000GBP) in respect of any one event and unlimited in the period. Such insurance shall extend to cover Service Indemnity. Products Liability Bidder shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and in the aggregate. Motor insurance The organisation/consultant 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": "Refers to SPD Question 4C.1.2 SPD Question Please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided): SPD Statement Please provide 2 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 : - customer name, - contract start date - contract end dates - contract value - Vehicle type, hose replacement, hose repair etc. The weighting will be 40% for each example with 80% attributed to two examples. Refers to SPD Question 4C.9 Please provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise: The weighting will be 20% for this question. Responses to these questions should not exceed 2 x A4 pages, Arial Font 11 per example excluding photographs (figures and diagrams may be used to accompany text but should be restricted to one per page). The written submission to each question must not exceed the Maximum Pages indicated for that question. Where a submission exceeds the maximum number of Pages indicated per question, no account will be taken of the pages beyond that Maximum. A minimum pass mark of 60 out of 100 is required overall for this section. Any Bidder who fails to achieve the minimum score for this section will be excluded at this stage",
                    "minimum": "Health & Safety All bidders must fully complete and submit the Health and Safety Questionnaire which can be found in the buyers attachment area. Only those who pass this element shall be considered."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3,
                "periodRationale": "N/A"
            }
        },
        "classification": {
            "id": "50100000",
            "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.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "December 2025"
        }
    },
    "language": "EN",
    "description": "Freedom of Information Act--Information on the FOI Act is 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 (The council does not bind itself to withhold this information)Tenderers Amendments--Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer.Applicants will be required to complete the tenderers amendment certificate.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 subcontractors 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 subcontractors in respect of payments due to any subsubcontractors if any.Applicants will be required to complete the prompt payment certificate.Non Collusion--Applicants will be required to complete the Non Collusion certificate.Insurance Mandate-All successful suppliers will be required to sign an Insurance Mandate 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.All the above documents are contained in the Qualification Envelope within the PCS Tender portal. Documents in the buyers attachment area of PCS-T- Terms and Conditions.H&S--Applicants must respond to the Questionnaire as part of their submission as a pass/fail criteria.Documented evidence validating responses provided to the Questionnaire will require to be provided at the request for documentation stage.Failure to provide the above may result in your organisation being assessed as having failed.Additional information pertaining to this contract notice is contained in the ITT situated within the buyers attachments area of PCS-T.Bidders must ensure they read this document in line with this contract notice.Bidders will be asked to review a community benefits menu and indicate the type and volume of any Community Benefit they would be willing to offer through the delivery of this contract.Community Benefits for the procurement are Mandatory Un-Scored.A bidder must achieve 15 points as a pass/fail criteria. (SC Ref:697937)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000676284"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000676284"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "GCC005512CPU",
            "suppliers": [
                {
                    "id": "org-409",
                    "name": "Hydrasun Ltd"
                },
                {
                    "id": "org-410",
                    "name": "Hydraulink Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GCC005512CPU",
            "awardID": "GCC005512CPU",
            "status": "active",
            "value": {
                "amount": 131268,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-23T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1285",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "1286",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "1287",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1288",
                "measure": "foreignBidsFromNonEU",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "1289",
                "measure": "electronicBids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}