Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Person cyswllt: kim mackenzie
Ffôn: +44 1412872000
E-bost: kim.mackenzie@ced.glasgow.gov.uk
NUTS: UKM82
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.glasgow.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=0d1b0cd7-4e53-41bd-8cc2-4538308160fc
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=0d1b0cd7-4e53-41bd-8cc2-4538308160fc
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Landfill Consultancy Services
Cyfeirnod: GCC006026CPU
II.1.2) Prif god CPV
71313000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Glasgow City Council invites landfill consultancy suppliers to submit tender returns to provide consultancy services for closed landfill sites owned and operated by the council
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 500 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
71530000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
II.2.4) Disgrifiad o’r caffaeliad
The council is responsible for the management of five closed landfill sites throughout Glasgow and the surrounding areas. Despite these landfill sites no longer accepting biodegradable waste for a considerable period of time, the council has a statutory obligation to ensure environmental impacts associated with these landfill sites are managed correctly to protect the environment.
This tender presents an opportunity for landfill consultancy suppliers to contribute to the responsible management of landfill sites in Glasgow. This contract involves the appointed supplier to support the council in transitioning landfill sites to a definitive closure state, reducing environmental risks and protecting the local surroundings.
The contract will be utilised by Neighbourhoods Regeneration and Sustainability and be applicable to the landfill sites currently managed by the council, namely:
South Cathkin Landfill, Cairnmuir Rd, Glasgow, G74 4GY
Summerston Landfill, Balmore Road Glasgow, G23 5HD
Kilgarth Landfill, Gartgill Road, Coatbridge, ML5 2EQ
Wilderness Landfill, Balmuildty Road Glasgow, G64 3QQ
Cathkin 1, Cathkin Road, Rutherglen, G73 5RS
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Installation / remediation of landfill leachate wastewater treatment plants
/ Pwysoliad: 20
Maes prawf ansawdd: Process for definitive closure
/ Pwysoliad: 5
Maes prawf ansawdd: retrofitting a successful surface water management system
/ Pwysoliad: 10
Maes prawf ansawdd: Surface water management system
/ Pwysoliad: 5
Maes prawf ansawdd: Innovative solutions / new systems / technologies
/ Pwysoliad: 5
Maes prawf ansawdd: FAIR WORK FIRST
/ Pwysoliad: 5
Maes prawf ansawdd: Leachate management and extraction systems
/ Pwysoliad: 10
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
2 X UP TO 12 MONTH EXTENSION PERIODS
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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 III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders must comply with the undernoted financial requirements in order
to participate in the tendering process:-
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 accounts with Companies House
Trading Performance
An overall positive outcome on pre tax profits over a 3 year period
Exceptional items can be excluded from the calculation.
The above would be expressed in the ratio Pre-Tax Profit/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
Companies that are only required to file abbreviated accounts, must submit full sets of accounts for the last two individual years filed, in order for the three year profitability requirement to be verified
Lefel(au) gofynnol y safonau sydd eu hangen:
Employers Liability – Minimum 10,000,000GBP in respect of each claim without limit to the number of claims.
Public Liability – Minimum 5,000,00GBP in respect of each claim without limit to the number of claims.
Professional Indemnity – Minimum 5,000,000GBP in respect of each claim and in the aggregate. To be maintained for 6 years on completion of their service.
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 contract.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
With reference to SPD question 4C1.2, bidders will be required to provide 2 cases studies over the past 5 years that demonstrate that they have the relevant experience
to deliver the services as described in part II.2.4 of the Contract Notice
With reference to SPD question 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion
of the contract.
Suppliers are asked to refer to the Glasgow City Council scoring guidance that will be utilised to asses pre-selection criteria attached identified in the invitation to tender document
Lefel(au) gofynnol y safonau sydd eu hangen:
Bidders MUST score no less than 60% of the marks available for the questions above based upon the scoring guidance shown in the ITT.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Please refer to Invitation to Tender document for details of contract key performance indicators
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
12/09/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
12/09/2025
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
January 2029
VI.3) Gwybodaeth ychwanegol
Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT.
Tenderers Amendments - Buyers will be required to complete the tenderers amendment certificate contained in the buyers attachment area
within PCS Tender portal.
Prompt Payment - Buyers attachment area within PCS Tender portal
The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any.
Buyers will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal.
Bidders will be required to complete the Non-Collusion certificate contained in the buyers attachments area within the PCS Tender portal
Terms and Conditions are located within Section 3 of the ITT document.
NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already
registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visit
https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 12470 under ITTs Open to All Suppliers. Please
use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the ITT it will
move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29872
A sub-contract clause has been included in this contract. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
As per Glasgow City Council's procedures, community benefits will be applied to this contract. A summary of the expected community benefits
has been provided as follows:
Criteria - Mandatory Non Evaluated Pass/Fail
Voluntary - The council may seek to encourage Voluntary Community Benefits. Voluntary Community Benefits may be identified or proposed
by the successful supplier post-award and throughout the delivery of the contract. Post-award only, no impact on tender process.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29872. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Mandatory non evaluated pass/fail
(SC Ref:806794)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court and Justice of the Peace Court
PO BOX 23 1 Carlton Place
Glasgow
G5 9DA
UK
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Glasgow Sheriff Court and Justice of the Peace Court
PO BOX 23 1 Carlton Place
Glasgow
G5 9DA
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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) Dyddiad anfon yr hysbysiad hwn
07/08/2025