Supply, Delivery, Fitting, Puncture Repair and Disposal of Tyres for Vehicle and Plant

A Tender Notice
by GLASGOW CITY COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
23.5 month
Value
£1M-£4M
Sector
TRANSPORT
Published
10 Oct 2022
Delivery
To 31 Oct 2024 (est.)
Deadline
11 Nov 2022 12:00

Concepts

Location

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Glasgow City Council is inviting tender bids for the Supply, Delivery, Fitting, Puncture Repair and Disposal of Tyres for Vehicle and Plant. Glasgow is intending to appoint one Service Provider to provide all associated services listed below: Supply, Fit, Puncture Repair (and associated services) & Disposal of tyres for Cars & Vans. Trucks Agricultural/Plant Supply Only for tyres for Cars and Vans Trucks Agricultural/Plant

Total Quantity or Scope

The service shall be required seven days a week, 24 hours a day, 365 days a year to accommodate Glasgow City Council’s operational requirements. The council has deemed the following four areas where Supply, Fit, Puncture Repair (and associated services) & Disposal for tyres services will be required during the contract period of which the council reserves the right to add or remove areas during the contract period: Council premises within Glasgow Boundary Third Party premises within Scotland used by the council for Vehicle Maintenance within 30 miles of 91 Jessie Street, G42 0PG Roadside breakdown within 50 miles of 91 Jessie Street, G42 0PG which is the main depots Service Provider premises Tyre Management is vital for the Council to obtain best value of which the council requires comprehensive digital fleet audit for all council vehicles and fleet inspection of certain vehicles.

Renewal Options

The contract is expected to run for two years with an option to extend for two periods each up to 12-month. Any extension will be exercised by the council serving notice on the bidder in accordance with the council’s Terms and Conditions.

Award Criteria

Fair Work First 5
Service Delivery 17.5
Sustainabilty 5
Management Information 2.5
price 70

CPV Codes

  • 50116500 - Tyre repair services, including fitting and balancing
  • 19511100 - Tyre flaps
  • 19511300 - Tyre treads
  • 34350000 - Tyres for heavy/light-duty vehicles
  • 34351000 - Light-duty tyres
  • 34351100 - Tyres for motor cars
  • 34352000 - Heavy-duty tyres
  • 34352100 - Tyres for trucks
  • 34352200 - Tyres for buses
  • 34352300 - Agrarian tyres
  • 34411200 - Tyres for motorcycles
  • 34432100 - Tyres for bicycles
  • 34631400 - Wheel axles and tyres and other parts of locomotives or rolling stock
  • 34913200 - Retreaded tyres
  • 50116510 - Tyre-remoulding services

Indicators

  • An E-Catalogue is required.
  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Staff qualifications are relevant.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. For SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; Bidders should hold the relevant certificates for Quality Assurance Schemes and Environmental Management Standards . If Bidders do not hold the relevant certificates, they will be required to respond to supporting questions at the Request for Document Stage of the tender process. Bidders must complete Document Two – Health and Safety Questionnaire and submit it with the tender submission (Only bidders who pass the health and safety aspect shall be considered. 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 (NB the council does not bind itself to withhold this information). Tenderers Amendments Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Prompt Payment The successful Supplier 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 sub-contractors in respect of payments due to any sub-sub-contractors, if any. Non Collusion Bidders will be required to complete the Non Collusion certificate. Insurance Mandate All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal 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 attachments area within the PCS Tender portal and are reference Document Three Additional information pertaining to this contract are contained in the Invitation to Tender Document One. Bidders must ensure they read all the attachments available in the attachment area in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22306. 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-pr... A summary of the expected community benefits has been provided as follows: Mandatory – Supplier Proposals A total of 90 community benefit points must be provided by the successful Service Provider during the contract period. 90 community benefits points will be triggered once the spend reach the undernoted thresholds 30 points @ reaching GBP 800,000 30 points @ reaching GBP 1,600,000 30 points @ reaching GBP 2,400,000 Bidders are required to offer the minimum CB points as detailed above as a mandatory requirement. Bidders must confirm that they will meet these obligations in full by completing the relevant areas within the Community Benefits Menu. http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 (SC Ref:707172)

Reference

Domains