Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Telephone: +44 1412876437
E-mail: linda.o'dell@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.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
Design, Supply and Install of a Materials Recovery Facility (MRF)
Reference number: GCC005911CPU
II.1.2) Main CPV code
45222100
II.1.3) Type of contract
Works
II.1.4) Short description
Procurement for the design, supply and install of a Materials Recovery Facility (MRF) as part of the planned re-development of Glasgow City Council's Easter Queenslie property at 90 Easter Queenslie Road Glasgow G33 4UL.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
15 247 313.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
45232470
90500000
90510000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
Procurement of a new MRF to be located on a council site in Easter Queenslie. The site area is ca. 4.57 ha and will be a multiuse site, consisting of an HWRC, material transfer station, MRF, offices and vehicle parking.
The proposed implementation of a new recycling collection model targeting separate collection of fibre (paper / card), containers and film, it is critical that the new MRF is flexible and capable of processing a diverse range of separately collected material streams. It is anticipated that there will be 30,000tpa of fibre and 20,000tpa of containers. The site must also be able to process 30,000 tonnes per annum of commingled recyclable material and waste so that it is equipped to deal with the transition phase of the site.
The Plant will be of optimum modular design and the configuration of the plant will give the council, the best combination between CAPEX, OPEX, and the ability to deliver a high-quality recycling service for the residents of Glasgow City. The purpose of the Plant is to:
- Meet the required needs for a minimum 10-year operating life.
- Improve the overall recycling rate of the input materials compared to current performance.
- Ensure the Works exceeds all regulations and standards.
- Produce high quality output materials to ensure a sustainable long-term market for products; and,
- Design a brand new, state of the art, automated MRF incorporating best practice to be cost effective over the life of the contract with low picker numbers and low life cycle costs.
II.2.5) Award criteria
Quality criterion: Project Programme and Management
/ Weighting: 5
Quality criterion: Technical Competence and Expertise
/ Weighting: 10
Quality criterion: Technical Proposal
/ Weighting: 25
Quality criterion: Footprint, and Access, Lifting and Maintenance (ALM)
/ Weighting: 15
Quality criterion: Fair Work First
/ Weighting: 5
Cost criterion: Capital Costs
/ Weighting: 20
Cost criterion: Operating Costs
/ Weighting: 20
II.2.11) Information about options
Options:
Yes
Description of options:
The council reserves the right to take the option of Robotic Sorters and any additional items from the awarded Supplier.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-030816
Section V: Award of contract
Contract No: GCC005911CPU
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
02/04/2025
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Turmec Limited
30 Old Bailey,
London
EC4M 7AU
UK
Telephone: +44 7974339980
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 15 247 313.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(SC Ref:797452)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
PO Box 23 1 Carlton Place
Glasgow
G2 9DA
UK
Telephone: +44 1414298888
E-mail: glasgow@scotcourts.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Glasgow City Council ("the 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, 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 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, 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 so.
VI.5) Date of dispatch of this notice
03/06/2025