Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Contact person: Craig MacArthur
Telephone: +44 1412872000
E-mail: craig.macarthur@glasgow.gov.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Winter Maintenance Assistance
Reference number: GCC005835CPU
II.1.2) Main CPV code
50230000
II.1.3) Type of contract
Services
II.1.4) Short description
Glasgow City Council invites suitably qualified and experienced bidders to submit bids for assistance in snow clearing and gritting operations during the winter maintenance period which is classified to start on 31st October and end 30th April.
Please note that such assistance is normally only required when there are severe snow conditions and when Councils are unlikely to be able to carry out their normal activities.
The framework is expected to run for 4 years and 4 months, commencing in November 2023, and ending in March 2028.
1.5.1 Lots
The tender has been allocated into two separate lots and they are as follows:
Lot No Description
1 Roads and Footways
2
Surrounding grounds of Care Homes & Residential Homes
Bidders may bid for one or all lots
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Roads and Footways
II.2.2) Additional CPV code(s)
50230000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
Glasgow City Council, Neighbourhoods, Regeneration & Sustainability (NRS), are mainly responsible for the Winter Maintenance service within their designated boundaries. Their objective is to ensure that essential routes are available to the public to utilise regardless to the weather conditions in order to avoid risk to lives and damages to properties and vehicles. During periods of prolonged/severe winter weather it is necessary to supplement the council’s in-house resources using external contractor(s). This shall be referred to under Lot 1.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 52
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Surrounding Grounds of Care Homes & Residential Homes
II.2.2) Additional CPV code(s)
50230000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
Glasgow City Council, Health and Social Care Partnership’s (HSCP) main objective for this procurement exercise is to ensure that essential access is available to care homes and residential homes which provide services to the most vulnerable people in Glasgow. This will require all car parks and access roads within the grounds to be clear of snow to allow access for emergency vehicles. This services shall be referred to under Lot 2.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 52
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please provide 2 relevant examples of supplies and/or services carried out during the last five years as specified in the Contract Notice:
(Examples from both public and/or private sector customers and clients may be provided)
Example 1 - 50%
Example 2 - 50%
Total - 100%
Minimum level(s) of standards required:
Bidders must score a minimum of 60% for this question. Any Bidder who fails to achieve the minimum points score for any question will be disqualified.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Justification for any framework agreement duration exceeding 4 years: To provide cover for the 2027-2028 winter season.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/09/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
11/09/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The tender shall be available on the PCS-T website from 3pm on 11/08/2023.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24772. 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:
Bidders must review the Community Benefits Menu (Document 5B) 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 the framework. Responses will not be evaluated as part of the tender process. The Methodology the bidder will use to deliver their obligations should be provided as described in section 5.8.
Service provider must offer outcomes equating to 50 points throughout the duration of the framework as and when the following thresholds are reached.
Threshold 1 - 0 - 49,999 – Voluntary
Threshold 2 - 50,000 - 99,999 – Minimum points required – 20
Threshold 3 - 100,000 - 499,999 – Minimum points required –20
Threshold 4 - 500 and above – Minimum points required – 10
Total points for thresholds 1-4 = 50 points
(SC Ref:739720)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Carlton Place, Glasgow
Glasgow
G5 9DA
UK
VI.5) Date of dispatch of this notice
10/08/2023