Notice Information
Notice Title
Maintenance, Calibration & Repair of Garage Workshop Equipment
Notice Description
Maintenance, Calibration & Repair of Garage Workshop Equipment
Lot Information
Workshop Vehicle Lifting Ramps
Maintenance, Calibration & Repair of Garage Workshop Equipment
Ministry of Transport (MOT) Test EquipmentMaintenance, Calibration & Repair of Garage Workshop Equipment
Workshop Vehicle Lifting and Support EquipmentMaintenance, Calibration & Repair of Garage Workshop Equipment
Compressors & Related EquipmentMaintenance, Calibration & Repair of Garage Workshop Equipment
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000767256
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC519909
- 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
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
45259000 - Repair and maintenance of plant
50433000 - Calibration services
50531300 - Repair and maintenance services of compressors
Notice Value(s)
- Tender Value
- £160,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £47,280 Under £100K
Notice Dates
- Publication Date
- 10 Dec 20241 years ago
- Submission Deadline
- 21 Jun 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 11 Nov 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- December 2027
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Julie Coleman, Sarah Blair
- Contact Email
- julie.coleman@glasgow.gov.uk, sarah.blair2@glasgow.gov.uk
- Contact Phone
- +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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY505746
Maintenance, Calibration & Repair of Garage Workshop Equipment - Maintenance, Calibration & Repair of Garage Workshop Equipment -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC519909
Maintenance, Calibration & Repair of Garage Workshop Equipment - Maintenance, Calibration & Repair of Garage Workshop Equipment
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-r6ebe6-0000767256-2024-12-10T00:00:00Z",
"date": "2024-12-10T00:00:00Z",
"ocid": "ocds-r6ebe6-0000767256",
"initiationType": "tender",
"parties": [
{
"id": "org-70",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "40 John St, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Julie Coleman",
"email": "julie.coleman@glasgow.gov.uk",
"telephone": "+44 1412879079",
"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-30",
"name": "Glasgow Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9TW"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-99",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "40 John Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Sarah Blair",
"email": "sarah.blair2@glasgow.gov.uk",
"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-288",
"name": "C-TECH GARAGE EQUIPMENT SERVICES LTD",
"identifier": {
"legalName": "C-TECH GARAGE EQUIPMENT SERVICES LTD"
},
"address": {
"streetAddress": "UNIT 5A 179 DRAKEMIRE DRIVE",
"locality": "GLASGOW",
"region": "UK",
"postalCode": "G45 9SS"
},
"contactPoint": {
"telephone": "+44 7947442194"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-289",
"name": "John Henderson t/a Hi Lift Hydraulics",
"identifier": {
"legalName": "John Henderson t/a Hi Lift Hydraulics"
},
"address": {
"streetAddress": "Bellside Works, Bellside Road, Cleland",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 5NP"
},
"contactPoint": {
"telephone": "+44 1698860657"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-63",
"name": "Glasgow Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court & 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-99"
},
"tender": {
"id": "GCC004689CPU",
"title": "Maintenance, Calibration & Repair of Garage Workshop Equipment",
"description": "Maintenance, Calibration & Repair of Garage Workshop Equipment",
"status": "complete",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "45259000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "45259000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "45259000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "4"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "50531300",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 160000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2024-06-21T12:00:00Z"
},
"awardPeriod": {
"startDate": "2024-06-21T12:00:00Z"
},
"documents": [
{
"id": "MAY505746",
"documentType": "contractNotice",
"title": "Maintenance, Calibration & Repair of Garage Workshop Equipment",
"description": "Maintenance, Calibration & Repair of Garage Workshop Equipment",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY505746",
"format": "text/html"
},
{
"id": "DEC519909",
"documentType": "awardNotice",
"title": "Maintenance, Calibration & Repair of Garage Workshop Equipment",
"description": "Maintenance, Calibration & Repair of Garage Workshop Equipment",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC519909",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "Workshop Vehicle Lifting Ramps",
"description": "Maintenance, Calibration & Repair of Garage Workshop Equipment",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "3",
"title": "Ministry of Transport (MOT) Test Equipment",
"description": "Maintenance, Calibration & Repair of Garage Workshop Equipment",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "4",
"title": "Workshop Vehicle Lifting and Support Equipment",
"description": "Maintenance, Calibration & Repair of Garage Workshop Equipment",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "1",
"title": "Compressors & Related Equipment",
"description": "Maintenance, Calibration & Repair of Garage Workshop Equipment",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2024-06-21T12:00:00Z",
"address": {
"streetAddress": "Glasgow"
},
"description": "Category Manager"
},
"contractTerms": {
"performanceTerms": "For Key Performance Indicators relating to this procurement please refer to Section 4.10 in the following document found within the suppliers attachment area of PCS-T: 01. GCC004689CPU - Maintenance, Calibration & Repair of Garage Workshop Equipment - ITT Final"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "In order to pass the Financial Check section of the framework, it is mandatory for companies to attain the undernoted:- 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. 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. 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": "Glasgow City Council Insurance Requirements Glasgow City Council's Insurance Requirements for all Lots are: 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. 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. 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. Glasgow City Council's Professional Indemnity Insurance Requirements Glasgow City Council also requires that the successful bidder will retain a sufficient level of Professional Indemnity Insurance required to cover any services to be performed within the scope of the framework. The standard requirement for Glasgow City Council is: The organisation/consultant shall take out and maintain throughout the period of their services and for a further two years on completion of their service, Professional Indemnity insurance to the value of a minimum ONE MILLION (1,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the bidder not have the specified insurances at the time of tendering then, the bidder must certify in their response to this ITT that the specified insurance will be obtained."
},
{
"type": "technical",
"description": "Refers to SPD Question 4C 1.2 SPD Question Please provide 2 relevant examples of supplies and/or services carried out during the last 3 years as specified in the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided) SPD Statement For each example the following information should be provided but not be limited to: 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 - Full detailed contract description to include what services were covered. (Loler, repairs etc.)",
"minimum": "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. All bidders must review the Community Benefits Menu and indicate the type and volume of any Community Benefits outcomes which they propose to deliver through this framework. The outcomes offered must meet the minimum Community Benefits Points required for this framework to be delivered over the lifetime of the framework. Minimum Community Benefit Points (CBP) Required = 5 points each for the following Lots: - Lot 1 - Compressors & Related Equipment (5 points) - Lot 2 - Workshop Vehicle Lifting Ramps (5 points) - Lot 3 - Ministry of Transport (MOT) Test Equipment (5 points) - Lot 4 - Workshop Vehicle Lifting and Support Equipment (5 points) Supporting methodologies are required for each Theme of the Community Benefits Menu to detail how bidders plan to deliver the Community Benefits outcomes offered. Community Benefits outcomes offered via the Menu will not be considered without a relevant supporting methodology."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 12
}
},
"classification": {
"id": "50433000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "December 2027"
}
},
"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, and Environmental Management Standards or comply with all the questions noted in SPD Section 4D. Health & Safety - applicants must complete and return the H&S questionnaire found in the Buyers Attachments area of the tender portal. 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). 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 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. 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 suppliers at any point during the contract period. Terms and Conditions are located within the Buyers Attachments area of the tender portal. Additional information pertaining to this contract notice is contained within the Invitation To Participate/Tender documents. Applicants must ensure they read in line with this contract notice. (SC Ref:785353)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000767256"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000767256"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "GCC004689CPU-1",
"title": "Ministry of Transport (MOT) Test Equipment",
"suppliers": [
{
"id": "org-288",
"name": "C-TECH GARAGE EQUIPMENT SERVICES LTD"
}
],
"relatedLots": [
"3"
]
},
{
"id": "GCC004689CPU-2",
"title": "Workshop Vehicle Lifting and Support Equipment",
"suppliers": [
{
"id": "org-289",
"name": "John Henderson t/a Hi Lift Hydraulics"
}
],
"relatedLots": [
"4"
]
}
],
"contracts": [
{
"id": "GCC004689CPU-1",
"awardID": "GCC004689CPU-1",
"title": "Ministry of Transport (MOT) Test Equipment",
"status": "active",
"value": {
"amount": 21760,
"currency": "GBP"
},
"dateSigned": "2024-11-11T00:00:00Z"
},
{
"id": "GCC004689CPU-2",
"awardID": "GCC004689CPU-2",
"title": "Workshop Vehicle Lifting and Support Equipment",
"status": "active",
"value": {
"amount": 25520,
"currency": "GBP"
},
"dateSigned": "2024-11-11T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "862",
"measure": "bids",
"value": 1,
"relatedLot": "3"
},
{
"id": "863",
"measure": "smeBids",
"value": 1,
"relatedLot": "3"
},
{
"id": "864",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "865",
"measure": "foreignBidsFromNonEU",
"value": 1,
"relatedLot": "3"
},
{
"id": "866",
"measure": "electronicBids",
"value": 1,
"relatedLot": "3"
},
{
"id": "867",
"measure": "bids",
"value": 1,
"relatedLot": "4"
},
{
"id": "868",
"measure": "smeBids",
"value": 1,
"relatedLot": "4"
},
{
"id": "869",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "4"
},
{
"id": "870",
"measure": "foreignBidsFromNonEU",
"value": 1,
"relatedLot": "4"
},
{
"id": "871",
"measure": "electronicBids",
"value": 1,
"relatedLot": "4"
}
]
}
}