Tender

GCC005997CPU - Supply, Installation, Calibration, Servicing and Repair of Commercial Roller Brake Tester

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

01 Feb 2024 at 00:00

Summary of the contracting process

The Glasgow City Council is seeking a supplier for the procurement of a Commercial Roller Brake Tester. The tender, titled 'GCC005997CPU - Supply, Installation, Calibration, Servicing and Repair of Commercial Roller Brake Tester', is in the 'goods' category with a value of £92,200 GBP. The procurement method is an open procedure, with a tender period ending on 8th February 2024. The location of the procurement is in Glasgow, UKM82 region. The deadline for bid submission is clearly specified, providing businesses with a defined timeline to participate.

This tender by the Glasgow City Council presents an opportunity for businesses involved in supplying, installing, calibrating, servicing, and repairing commercial equipment. Companies with expertise in garage equipment, maintenance, and repair services would be well-suited to compete for this contract. The tender process is currently in the active stage, and interested businesses should ensure compliance with the stated financial requirements and quality standards to be eligible for consideration.

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

GCC005997CPU - Supply, Installation, Calibration, Servicing and Repair of Commercial Roller Brake Tester

Notice Description

Glasgow City Council are seeking to appoint a supplier to supply, install, calibrate, service and repair a Commercial Roller Brake tester..

Lot Information

Lot 1

Supply, Installation, Calibration, Servicing and Repair of Commercial Roller Brake Tester.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000756738
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB497674
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

50 - Repair and maintenance services


CPV Codes

34322000 - Brakes and brake parts

34322100 - Brake equipment

50116200 - Repair and maintenance services of vehicle brakes and brake parts

Notice Value(s)

Tender Value
£92,200 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Feb 20242 years ago
Submission Deadline
8 Feb 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Not specified
Contact Email
kara.gillen@glasgow.gov.uk
Contact Phone
+44 1412872000

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

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-r6ebe6-0000756738-2024-02-01T00:00:00Z",
    "date": "2024-02-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000756738",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-133",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "kara.gillen@glasgow.gov.uk",
                "telephone": "+44 1412872000",
                "url": "http://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-63",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-133"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000756738",
        "title": "GCC005997CPU - Supply, Installation, Calibration, Servicing and Repair of Commercial Roller Brake Tester",
        "description": "Glasgow City Council are seeking to appoint a supplier to supply, install, calibrate, service and repair a Commercial Roller Brake tester..",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50116200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34322000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34322100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 92200,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2024-02-08T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-02-08T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB497674",
                "documentType": "contractNotice",
                "title": "GCC005997CPU - Supply, Installation, Calibration, Servicing and Repair of Commercial Roller Brake Tester",
                "description": "Glasgow City Council are seeking to appoint a supplier to supply, install, calibrate, service and repair a Commercial Roller Brake tester..",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB497674",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Supply, Installation, Calibration, Servicing and Repair of Commercial Roller Brake Tester.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2024-02-08T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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 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 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. 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",
                    "minimum": "Glasgow City Council's Insurance Requirements are: Employer's Liability The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Products Insurance The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate."
                },
                {
                    "type": "technical",
                    "description": "Please provide 2 relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice which should include the customer contact name, value of contract and contract start and end dates. Please note that the Council are allowing examples carried out during the last five years instead of three years as stipulated in the online above SPD question 4C.1.2 At least one example should be ideally from the public sector. Relevant examples should include the supply of similar garage equipment as well as the maintenance and repair. The response should include, but not be limited to; Client, Contract value, Contract dates, A brief project description, garage equipment type, service level agreement together with the teams' role in its delivery; defining the key roles over the service provision. Name(s) of key sub-subcontractors and their roles. Approach taken in delivery of the example project services; demonstrating successful management and implementation of the key consultant roles, comparable with those required of this commission, and identifying how project constraints and challenges were addressed, and how project objectives and aspirations were met. Examples from both public and/or private sector customers and clients may be provided.",
                    "minimum": "This section has a weighted scored of 100%. Each example contained within this section will be given individual scores which total to 100% i.e. example 1 - 50%, example 2 - 50%. 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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "34322100",
            "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 bidders and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control, Health and Safety and Environmental Management Standards or comply with all the questions noted in SPD Section 4D. 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 contained in the Qualification Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information). Applicants will be required to complete the FOI certificate at ITT stage. 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 contained in the Qualification Envelope within the PCS tender portal (at ITT stage). Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate contained in the Qualification Envelope area within PCS Tender portal. Non - Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Qualification Envelope area within the tender portal. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter 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. Terms and Conditions are located within the Buyers Attachments area of the tender portal. Terms and Conditions are located within the Buyers Attachment area of the PCS Tender portal. Additional information pertaining to this contract notice is contained within the Invitation To Tender documents. Applicants must ensure they read in line with this contract notice The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26045. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: As detailed in tender documents. (SC Ref:748400) The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26045. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: A total of 5 community benefits points will be required for this tender. (SC Ref:756738)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000756738"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}