Notice Information
Notice Title
Maintenance and Repair of Plant and Vehicle Lifting Equipment Framework
Notice Description
The council requires Bidders to submit bids for the provision of Maintenance and Repair of Plant and Vehicle Lifting Equipment services to deliver maintenance and repairs to the council's fleet of vehicles.
Lot Information
Maintenance of Cranes - (Hydraulic, electric motor-cable and grid lifter hydraulic)
The Supplier shall be responsible for the undernoted- 1.Annual Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs for cranes- (Hydraulic, electric motor-cable and grid lifter hydraulic) 2.Ensure that all lifting equipment is: -fit for purpose and appropriate for the task -suitably marked to indicate safe working load sizes which the equipment can handle -Operating to manufacturers specification -installed correctly and positioned to minimise any risks. -Retain records of all examinations and any defects found which must also be reported to council.
Renewal: 12 months prior to the expiry date, the council may consider commencing a new tender.
Maintenance of Forklifts, Vehicle Hook-lifts and Plant LoadersThe Supplier shall be responsible for the undernoted- 1. Annual Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs. -Ensure that all lifting equipment is: -fit for purpose and appropriate for the task -suitably marked to indicate safe working load sizes which the equipment can handle -Operating to manufacturers specification -installed correctly and positioned to minimise any risks. -Retain records of all examinations and any defects found which must also be reported to council.
Renewal: 12 months prior to the expiry, the council may consider commencing a new tender process.
Maintenance of Wheel Chair Access Passenger Lifts and Vehicle Tail LiftsAnnual Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs. -Ensure that all lifting equipment is- -fit for purpose and appropriate for the task -suitably marked to indicate safe working load sizes which the equipment can handle -Operating to manufacturers specification -installed correctly and positioned to minimise any risks. -Retain records of all examinations and any defects found which must also be reported to council.
Renewal: 12 months prior to the expiry, the council may consider commencing a new tender process.
Maintenance of Powered Access Platforms (Cherry Pickers)Six monthly and 12 monthly Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs. Ensure that all lifting equipment is- -fit for purpose and appropriate for the task -suitably marked to indicate safe working load sizes which the equipment can handle -Operating to manufacturers specification -installed correctly and positioned to minimise any risks. -Retain records of all examinations and any defects found which must also be reported to council.
Renewal: 12 months prior to the expiry, the council may consider commencing a new tender process.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000721852
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV491743
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £844,460 £500K-£1M
- Lots Value
- £844,460 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £820,296 £500K-£1M
Notice Dates
- Publication Date
- 1 Nov 20232 years ago
- Submission Deadline
- 22 Mar 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Sep 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- This framework is for 24 months with a potential of up to 2 x 12 month extensions. Therefore it is estimated that the notice for this re-tender will be issued on 2024/2025.
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
- Fiona McInnes, Jim Rankin
- Contact Email
- fiona.mcinnes@glasgow.gov.uk, jim.rankin@glasgow.gov.uk
- Contact Phone
- +44 1412874181, +44 1412876442
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=FEB471670
Maintenance and Repair of Plant and Vehicle Lifting Equipment Framework - The council requires Bidders to submit bids for the provision of Maintenance and Repair of Plant and Vehicle Lifting Equipment services to deliver maintenance and repairs to the council's fleet of vehicles. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV491743
Maintenance and Repair of Plant and Vehicle Lifting Equipment Framework - The council requires Bidders to submit bids for the provision of Maintenance and Repair of Plant and Vehicle Lifting Equipment services to deliver maintenance and repairs to the council's fleet of vehicles.
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-r6ebe6-0000721852-2023-11-01T00:00:00Z",
"date": "2023-11-01T00:00:00Z",
"ocid": "ocds-r6ebe6-0000721852",
"initiationType": "tender",
"parties": [
{
"id": "org-19",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, 40 John St, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Jim Rankin",
"email": "jim.rankin@glasgow.gov.uk",
"telephone": "+44 1412874181",
"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-20",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"url": "http://www.scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-169",
"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": "Fiona McInnes",
"email": "fiona.mcinnes@glasgow.gov.uk",
"telephone": "+44 1412876442",
"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-567",
"name": "Savage Engineering Services Ltd",
"identifier": {
"legalName": "Savage Engineering Services Ltd"
},
"address": {
"streetAddress": "Old Struther Farm",
"locality": "Larkhall",
"region": "UKM95",
"postalCode": "ML92TS"
},
"contactPoint": {
"telephone": "+44 7870681566"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-568",
"name": "JNS Lift Ltd",
"identifier": {
"legalName": "JNS Lift Ltd"
},
"address": {
"streetAddress": "60 Inchinnan Road, paisley",
"locality": "PAISLEY",
"region": "UKM8",
"postalCode": "PA3 2RE"
},
"contactPoint": {
"telephone": "+44 1418491665",
"faxNumber": "+44 1505321155"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-140",
"name": "central taillift services limited",
"identifier": {
"legalName": "central taillift services limited"
},
"address": {
"streetAddress": "bois bridge, north road",
"locality": "inverkeithing",
"region": "UKM76",
"postalCode": "ky11 1hq"
},
"contactPoint": {
"telephone": "+44 8452268101",
"faxNumber": "+44 8452268101"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-79",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9TW"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-169"
},
"tender": {
"id": "GCC005440CPU",
"title": "Maintenance and Repair of Plant and Vehicle Lifting Equipment Framework",
"description": "The council requires Bidders to submit bids for the provision of Maintenance and Repair of Plant and Vehicle Lifting Equipment services to deliver maintenance and repairs to the council's fleet of vehicles.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "50000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "50000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "50000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "4"
}
],
"value": {
"amount": 844460,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictenderscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2023-03-22T12:00:00Z"
},
"awardPeriod": {
"startDate": "2023-03-22T12:00:00Z"
},
"documents": [
{
"id": "FEB471670",
"documentType": "contractNotice",
"title": "Maintenance and Repair of Plant and Vehicle Lifting Equipment Framework",
"description": "The council requires Bidders to submit bids for the provision of Maintenance and Repair of Plant and Vehicle Lifting Equipment services to deliver maintenance and repairs to the council's fleet of vehicles.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB471670",
"format": "text/html"
},
{
"id": "NOV491743",
"documentType": "awardNotice",
"title": "Maintenance and Repair of Plant and Vehicle Lifting Equipment Framework",
"description": "The council requires Bidders to submit bids for the provision of Maintenance and Repair of Plant and Vehicle Lifting Equipment services to deliver maintenance and repairs to the council's fleet of vehicles.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV491743",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Maintenance of Cranes - (Hydraulic, electric motor-cable and grid lifter hydraulic)",
"description": "The Supplier shall be responsible for the undernoted- 1.Annual Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs for cranes- (Hydraulic, electric motor-cable and grid lifter hydraulic) 2.Ensure that all lifting equipment is: -fit for purpose and appropriate for the task -suitably marked to indicate safe working load sizes which the equipment can handle -Operating to manufacturers specification -installed correctly and positioned to minimise any risks. -Retain records of all examinations and any defects found which must also be reported to council.",
"status": "complete",
"value": {
"amount": 141660,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Fair Work First",
"description": "5"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "12 months prior to the expiry date, the council may consider commencing a new tender."
}
},
{
"id": "2",
"title": "Maintenance of Forklifts, Vehicle Hook-lifts and Plant Loaders",
"description": "The Supplier shall be responsible for the undernoted- 1. Annual Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs. -Ensure that all lifting equipment is: -fit for purpose and appropriate for the task -suitably marked to indicate safe working load sizes which the equipment can handle -Operating to manufacturers specification -installed correctly and positioned to minimise any risks. -Retain records of all examinations and any defects found which must also be reported to council.",
"status": "complete",
"value": {
"amount": 58400,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Fair Work First",
"description": "5"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "12 months prior to the expiry, the council may consider commencing a new tender process."
}
},
{
"id": "3",
"title": "Maintenance of Wheel Chair Access Passenger Lifts and Vehicle Tail Lifts",
"description": "Annual Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs. -Ensure that all lifting equipment is- -fit for purpose and appropriate for the task -suitably marked to indicate safe working load sizes which the equipment can handle -Operating to manufacturers specification -installed correctly and positioned to minimise any risks. -Retain records of all examinations and any defects found which must also be reported to council.",
"status": "complete",
"value": {
"amount": 445200,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Fair Work First",
"description": "5"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "12 months prior to the expiry, the council may consider commencing a new tender process."
}
},
{
"id": "4",
"title": "Maintenance of Powered Access Platforms (Cherry Pickers)",
"description": "Six monthly and 12 monthly Lifting Operations and Lifting Equipment Regulations (LOLER) examinations and associated repairs. Ensure that all lifting equipment is- -fit for purpose and appropriate for the task -suitably marked to indicate safe working load sizes which the equipment can handle -Operating to manufacturers specification -installed correctly and positioned to minimise any risks. -Retain records of all examinations and any defects found which must also be reported to council.",
"status": "complete",
"value": {
"amount": 199200,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Fair Work First",
"description": "5"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "12 months prior to the expiry, the council may consider commencing a new tender process."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2023-03-22T12:00:00Z"
},
"contractTerms": {
"performanceTerms": "As referenced in Document One - Invitation to Tender and Document Two - Framework Agreement."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted: Bidders must comply with the undernoted financial requirements in order to participate in the tendering process: There is a minimum financial requirement that affects trading performance and balance sheet strength. Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House. Trading Performance An overall positive outcome on EBITDA earnings over a 3 year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio EBITDA 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 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. 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. 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": "Glasgow City Council's Insurance Requirements are: 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) in respect of any one claim 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) in respect of any one claim and unlimited in the period. Such insurance shall extend to cover Service Indemnity. 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) in respect of any one claim and in the aggregate. Bidder shall take out and maintain throughout the period of their services Professional Indemnity insurance to the value of at least ONE MILLION POUNDS STERLING (1,000,000) in respect of any one claim and in the aggregate. Motor Insurance If the organisation is not operating Glasgow City Council vehicles as part of their service, the following is required - at least statutory Motor insurance cover as per the Road Traffic Act 1988. If the organisation is operating Glasgow City Council vehicles as part of their service, the following is required - Comprehensive Motor insurance."
},
{
"type": "technical",
"description": "Please refer to Document One - Invitation to Tender within the Buyer's Attachment area of the portal within PCST for further details. Bidders must fully complete the attached template for question 4C1.2 within the Qualification envelope within PCST portal. A response is required for each lot you are bidding for. Bidders must provide response for questions 4C.9 (Equipment) within the Qualification envelope within PCST portal. A response is required for each lot you are bidding for. 4C1.2 - Example 1 = 60 percent 4C.9 - Response = 40 percent Total Section = 100 percent Bidder must score a minimum threshold of 60 percent across both questions and or any bidder who fails to achieve the minimum points score for any question will be disqualified."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 12
}
},
"classification": {
"id": "50000000",
"scheme": "CPV"
},
"reviewDetails": "Glasgow City 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. 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 86 of The Public Contract (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 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. VI.5)",
"hasRecurrence": true,
"recurrence": {
"description": "This framework is for 24 months with a potential of up to 2 x 12 month extensions. Therefore it is estimated that the notice for this re-tender will be issued on 2024/2025."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. For SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; Bidders should hold the relevant certificates for Quality Assurance Schemes and Environmental Management Standards . If Bidders do not hold the relevant certificates, they will be required to respond to supporting questions. Bidders must complete Document Eight - Health and Safety Questionnaire and submit it with the tender submission (Only bidders who pass the health and safety aspect shall be considered. The council is looking for a maximum of 3 suppliers per lot for this framework agreement an a ranked 1,2 and 3 basis. Freedom of Information Act Information on the FOI Act is contained in Appendix A of the ITT. Applicants 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). Tenderers Amendments Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Prompt Payment The successful Supplier 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 All successful suppliers 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. Framework Agreement terms are located within the attachments area within the PCS Tender portal and are reference Document Two. Additional information pertaining to this contract notice is contained in the Invitation to Tender Document One. Bidders must ensure they read all the attachments available in the attachment area in line with this contract notice. (SC Ref:744612)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000721852"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000721852"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "GCC005440CPU-1",
"title": "Maintenance of Cranes - (Hydraulic, electric motor-cable and grid lifter hydraulic)",
"suppliers": [
{
"id": "org-567",
"name": "Savage Engineering Services Ltd"
}
],
"relatedLots": [
"1"
]
},
{
"id": "GCC005440CPU-2",
"title": "Maintenance of Powered Access Platforms (Cherry Pickers)",
"suppliers": [
{
"id": "org-567",
"name": "Savage Engineering Services Ltd"
}
],
"relatedLots": [
"4"
]
},
{
"id": "GCC005440CPU-3",
"title": "Maintenance of Forklifts, Vehicle Hook-lifts and Plant Loaders",
"suppliers": [
{
"id": "org-567",
"name": "Savage Engineering Services Ltd"
}
],
"relatedLots": [
"2"
]
},
{
"id": "GCC005440CPU-4",
"title": "Maintenance of Wheel Chair Access Passenger Lifts and Vehicle Tail Lifts",
"suppliers": [
{
"id": "org-568",
"name": "JNS Lift Ltd"
},
{
"id": "org-140",
"name": "central taillift services limited"
},
{
"id": "org-567",
"name": "Savage Engineering Services Ltd"
}
],
"relatedLots": [
"3"
]
}
],
"contracts": [
{
"id": "GCC005440CPU-1",
"awardID": "GCC005440CPU-1",
"title": "Maintenance of Cranes - (Hydraulic, electric motor-cable and grid lifter hydraulic)",
"status": "active",
"value": {
"amount": 245992,
"currency": "GBP"
},
"dateSigned": "2023-09-05T00:00:00Z"
},
{
"id": "GCC005440CPU-2",
"awardID": "GCC005440CPU-2",
"title": "Maintenance of Powered Access Platforms (Cherry Pickers)",
"status": "active",
"value": {
"amount": 124324,
"currency": "GBP"
},
"dateSigned": "2023-09-05T00:00:00Z"
},
{
"id": "GCC005440CPU-3",
"awardID": "GCC005440CPU-3",
"title": "Maintenance of Forklifts, Vehicle Hook-lifts and Plant Loaders",
"status": "active",
"value": {
"amount": 49224,
"currency": "GBP"
},
"dateSigned": "2023-09-05T00:00:00Z"
},
{
"id": "GCC005440CPU-4",
"awardID": "GCC005440CPU-4",
"title": "Maintenance of Wheel Chair Access Passenger Lifts and Vehicle Tail Lifts",
"status": "active",
"value": {
"amount": 400756,
"currency": "GBP"
},
"dateSigned": "2023-09-05T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2023/S 000-005019"
}
],
"bids": {
"statistics": [
{
"id": "1113",
"measure": "bids",
"value": 1,
"relatedLot": "1"
},
{
"id": "1114",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "1115",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1116",
"measure": "foreignBidsFromNonEU",
"value": 1,
"relatedLot": "1"
},
{
"id": "1117",
"measure": "electronicBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "1118",
"measure": "bids",
"value": 1,
"relatedLot": "4"
},
{
"id": "1119",
"measure": "smeBids",
"value": 1,
"relatedLot": "4"
},
{
"id": "1120",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "4"
},
{
"id": "1121",
"measure": "foreignBidsFromNonEU",
"value": 1,
"relatedLot": "4"
},
{
"id": "1122",
"measure": "electronicBids",
"value": 1,
"relatedLot": "4"
},
{
"id": "1123",
"measure": "bids",
"value": 1,
"relatedLot": "2"
},
{
"id": "1124",
"measure": "smeBids",
"value": 1,
"relatedLot": "2"
},
{
"id": "1125",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "1126",
"measure": "foreignBidsFromNonEU",
"value": 1,
"relatedLot": "2"
},
{
"id": "1127",
"measure": "electronicBids",
"value": 1,
"relatedLot": "2"
},
{
"id": "1128",
"measure": "bids",
"value": 3,
"relatedLot": "3"
},
{
"id": "1129",
"measure": "smeBids",
"value": 3,
"relatedLot": "3"
},
{
"id": "1130",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "1131",
"measure": "foreignBidsFromNonEU",
"value": 3,
"relatedLot": "3"
},
{
"id": "1132",
"measure": "electronicBids",
"value": 3,
"relatedLot": "3"
}
]
}
}