Notice Information
Notice Title
CBG242 - Vehicle Fleet Provision and Support Services
Notice Description
Provision of fleet and support services complete with on site managed service.
Lot Information
Lot 1
City Building (Glasgow) LLP (CBG) requires to procure the provision of a vehicle fleet and support services with an on-site managed service based at CBG's complex at 350 Darnick Street Glasgow G21 4BA. CBG requires to procure a range of vehicles on a flexible rental basis with a one day liability (date of termination is the last day of chargeable hire) with no charges or penalties for on and off renting, reflected in a contract amendment of the listed vehicles on-hire at any given time. The fleet can fluctuate in size but is generally 750-1000 vehicles. This is a typical reflection of the operational requirements,however, bidders should note that during the life of the contract the fleet will fluctuate to meet CBG business demands. A variety of commercial vehicle types is involved and will be fully detailed in the tender documents including a small number of cars. It is anticipated there will be approximately 20 x small electric vehicles required as part of the tender process/scope. The contract will be awarded on the basis of a single source supply. The contract is for 5 years with options to extend by two periods of 12 months. Prices are to be fixed for the first 5 years of the contract. Vehicles renewed not before 5 years and should the contract be extended existing vehicles may be retained subject to agreement. All vehicles shall be new with 25 and /or 75/26 registration plates with delivery mileage only dependent on mobilisation offered. The tender documents will provide the full scope of the requirement.
Renewal: The contract will originally be for 60 months plus available extensions of 1 year + 1 year. This means the contract may be 60, 72 or 84 months depending on extension option taken up. As such there will be a renewal of this contract under a new procurement either in 2030, 2031 or 2032 depending on what extension options are taken up.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000801465
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN532959
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50111110 - Vehicle-fleet-support services
Notice Value(s)
- Tender Value
- £35,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Jun 20258 months ago
- Submission Deadline
- 25 Jul 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Contract is for 5 years with options to extend by 1 year + 1 year so new procurement exercise would be in 2030, 2031 or 2032 depending on what extension options are chosen.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CITY BUILDING (GLASGOW) LLP
- Contact Name
- MR ROSS HOCKNULL
- Contact Email
- ross.hocknull@citybuildingglasgow.co.uk
- Contact Phone
- +44 1412872112
Buyer Location
- Locality
- GLASGOW
- Postcode
- G21 4BA
- 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
- Springburn/Robroyston
- Westminster Constituency
- Glasgow North East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN532959
CBG242 - Vehicle Fleet Provision and Support Services - Provision of fleet and support services complete with on site managed service.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000801465-2025-06-19T00:00:00Z",
"date": "2025-06-19T00:00:00Z",
"ocid": "ocds-r6ebe6-0000801465",
"initiationType": "tender",
"parties": [
{
"id": "org-69",
"name": "City Building (Glasgow) LLP",
"identifier": {
"legalName": "City Building (Glasgow) LLP"
},
"address": {
"streetAddress": "350 Darnick Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G21 4BA"
},
"contactPoint": {
"name": "MR ROSS HOCKNULL",
"email": "ross.hocknull@citybuildingglasgow.co.uk",
"telephone": "+44 1412872112",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "A subsidiary of two Public Bodies",
"scheme": "TED_CA_TYPE"
},
{
"id": "Maintenance, Construction and Manufacturing",
"scheme": "COFOG"
},
{
"id": "A subsiduary company of 2 public bodies",
"scheme": "TED_CA_TYPE"
},
{
"id": "Maintenance, Construction & Manufacturing",
"scheme": "COFOG"
}
],
"url": "http://www.citybuildingglasgow.co.uk"
}
},
{
"id": "org-16",
"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 9DA"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"name": "City Building (Glasgow) LLP",
"id": "org-69"
},
"tender": {
"id": "CBG242",
"title": "CBG242 - Vehicle Fleet Provision and Support Services",
"description": "Provision of fleet and support services complete with on site managed service.",
"status": "active",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "Glasgow and Central Belt of Scotland."
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 35000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2025-07-25T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-07-25T12:00:00Z"
},
"documents": [
{
"id": "JUN532959",
"documentType": "contractNotice",
"title": "CBG242 - Vehicle Fleet Provision and Support Services",
"description": "Provision of fleet and support services complete with on site managed service.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN532959",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "City Building (Glasgow) LLP (CBG) requires to procure the provision of a vehicle fleet and support services with an on-site managed service based at CBG's complex at 350 Darnick Street Glasgow G21 4BA. CBG requires to procure a range of vehicles on a flexible rental basis with a one day liability (date of termination is the last day of chargeable hire) with no charges or penalties for on and off renting, reflected in a contract amendment of the listed vehicles on-hire at any given time. The fleet can fluctuate in size but is generally 750-1000 vehicles. This is a typical reflection of the operational requirements,however, bidders should note that during the life of the contract the fleet will fluctuate to meet CBG business demands. A variety of commercial vehicle types is involved and will be fully detailed in the tender documents including a small number of cars. It is anticipated there will be approximately 20 x small electric vehicles required as part of the tender process/scope. The contract will be awarded on the basis of a single source supply. The contract is for 5 years with options to extend by two periods of 12 months. Prices are to be fixed for the first 5 years of the contract. Vehicles renewed not before 5 years and should the contract be extended existing vehicles may be retained subject to agreement. All vehicles shall be new with 25 and /or 75/26 registration plates with delivery mileage only dependent on mobilisation offered. The tender documents will provide the full scope of the requirement.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The contract will originally be for 60 months plus available extensions of 1 year + 1 year. This means the contract may be 60, 72 or 84 months depending on extension option taken up. As such there will be a renewal of this contract under a new procurement either in 2030, 2031 or 2032 depending on what extension options are taken up."
}
}
],
"bidOpening": {
"date": "2025-07-25T12:00:00Z"
},
"contractTerms": {
"performanceTerms": "As per KPI's."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Waste Carrier Licence The successful bidder or company working on their behalf will be required to submit a copy of their Waste Carrier Licence certificate. A copy of the waste transfer notes will be periodically required during the term of the contract. The final disposal site for the waste tyres should hold an appropriate waste management licence as awarded by a regulatory authority; details of this licence should be documented on all waste transfer notes relating to the disposal of waste tyres. The successful bidder will be required to submit a copy of the Waste Management Licence held by the final disposal site for the waste tyres. Adherence to all environmental legislation will be monitored by CBG throughout the term of the contract. BVRLA The successful bidder will hold current membership of the British Vehicle Leasing & Rental Association or a similarly recognised organisation."
},
{
"type": "economic",
"description": "Bidders must comply with the undernoted financial requirements in relation to Minimum turnover, trading performance and balance sheet strength in order to participate in the tendering process:- Minimum Turnover Applicants require an annual Turnover level of 60m. Trading Performance Ratio An overall positive outcome on pre-tax profits over a 3 year period. Exceptional items occurring in the normal course of business can be excluded from calculation. Balance Sheet Strength Net worth of the organisation must be positive. Intangibles can be included for purposes of the Total Asset figure. The above ratios and minimum turnover requirements should be calculated on last set of accounts filed at Companies House. For non-UK Companies, ratios and minimum turnover should be calculated on information contained in the most recent audited accounts. Applicants who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period during 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. Where the applicant is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements. City Building (Glasgow) LLP 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. Employer's Liability insurance to the value of at least TEN MILLION (GBP10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability insurance to the value of at least FIVE MILLION (GBP5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Such insurance shall extend to cover Sales & Service Indemnity. Products Liability insurance to the value of at least FIVE MILLION (GBP5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. Comprehensive Road Risk cover. Professional Indemnity insurance to the value of a minimum FIVE MILLION (GBP5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. To be maintained throughout the period of their services and for a further 2 years on completion of their service"
},
{
"type": "technical",
"description": "SPD 4C.1.2 Statement [GOODS AND SERVICES ONLY] CBG's guidance for this question is detailed below- Provide two relevant examples from within the last five years that demonstrate your organisation has the relevant and necessary skills, expertise, and experience to deliver the service required by CBG. For each relevant example the following information should be provided but is not limited to - 1. an overview of the contract including customer name, contract start and completion date and contract value. 2. a thorough and detailed description for each example of the scope of the requirement and service provided by you demonstrating experience in dealing with a contract the same or similar in size, scope and complexity to the CBG's requirements. Your response to this question should not exceed, for each example, 2 x A4 sides, this page count includes all text (Arial font 11), photographs, figures and diagrams. Where a submission exceeds the maximum number of pages indicated per example, no account will be taken of the content of the pages beyond the maximum. Weighting The weighting will be out of 100 with 50% attributed to each example. A minimum pass mark of 50 out of 100 is required overall for this question. Any bidder who fails to achieve the minimum score for this question will be excluded from the process at this stage and their tender will not be evaluated. Award Criteria for tender evaluation (Quality 30%) Criteria/Question Weighting Managed Service 40% Delivery/Mobilisation 30% Servicing and Maintenance 10% Cost Control 10% Emergency Cover 5% Fair Work Place Practices 5% Full details will be in the tender documents."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "50111110",
"scheme": "CPV"
},
"reviewDetails": "City Building (Glasgow) LLP will, 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. City Building (Glasgow) LLP 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 notice is sent, when sent by other means the period is 15 days) to elapse between the date of dispatch of the notice referred to in Regulation 86 of the Public Contract (Scotland) Regulations 2015 \"the Regulations\"). CityBuilding(Glasgow) LLP 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 City Building (Glasgow)LLP, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that City Building (Glasgow) LLP 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 City Building (Glasgow) LLP seeking further clarification on the notice, to which City Building (Glasgow) LLP must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
"hasRecurrence": true,
"recurrence": {
"description": "Contract is for 5 years with options to extend by 1 year + 1 year so new procurement exercise would be in 2030, 2031 or 2032 depending on what extension options are chosen."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2025/S 000-022008"
}
],
"description": "Contract for 5 years with options to extend by 1 year + 1 year. As such the estimated value is estimated to be GBP35M, GBP42M or CGP49 M. Based on an estimate of GBP7M per annum. Prices to be fixed for 5 years. Quality Management The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or documents outlined SPD Bidder's guidance document. Environmental The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR Those documents outlined in the SPD Bidder's guidance document. H&S Has your organisation been convicted of breaching health and safety legislation, or had any enforcement notices served upon it by Health and Safety Executive (or equivalent body) in the past three years? Further details on H&S are included in the SPD bidder's guidance document. Please note CBG will request copies of certificates and any other information as detailed below via a Request for Documentation on PCS-T. Fair Work First - This will be scored as 5% in the evaluation. Full details are in the ITT. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29192. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 59222. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Not required. 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: 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: 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: 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: CBG is requesting community benefits on a Mandatory basis for this tender. Bidders must commit to paying 0.5% of the annual income derived from this contract with CBG to Community Benefits. Collection will be at CBG's discretion. (SC Ref:801465)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801465"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}