Buyer Name: Glasgow City Council
Buyer Address: Chief Executives Department, City Chambers, 40 John Street, Glasgow, UKM82, G2 1DU, United Kingdom
Contact Email: Lesley.Thomson2@glasgow.gov.uk
Contact Telephone: +44 1412878637
Buyer Name: Glasgow City Council
Buyer Address: Chief Executives Department, City Chambers, 40 John Street, Glasgow, UKM82, G2 1DU, United Kingdom
Contact Email: Lesley.Thomson2@glasgow.gov.uk
Contact Telephone: +44 1412878637
The Council is inviting suitably qualified and experienced Bidders to submit bids to provide a scheduled service for maintenance and emergency repair of fuel supply hardware and ancillary equipment including Jigsaw Fuel Management System (FMS) to ensure ongoing supply of fuel to the Council fleet. The council requires the supplier to regularly service (monthly and annually), maintain, repair, calibrate all components related to the fuel delivery & management systems at all council fuel locations.
No linked documents found for this notice.
Lot Description: The Council is inviting suitably qualified and experienced Bidders to submit bids to provide a scheduled service for maintenance and emergency repair of fuel supply hardware and ancillary equipment including Jigsaw Fuel Management System (FMS) to ensure ongoing supply of fuel to the Council fleet. The Council has eighteen bunkered fuel sites that dispense circa. 5.5 million litres of fuel per year to 2,500 authorised vehicles and drivers 24 hours per day, 365 days per year. The Council requires to appoint a sole supplier to provide all elements of this contract for fuel systems service, maintenance and reactive repair for the Councils eighteen fuel sites. The contract is expected to run for 4 years, commencing 2 December 2025 and ending 1 December 2029. 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.
Lot 1 Status: active
Lot 1 Has Options: No
Lot 1 Value: GBP 192,000
Lot 1 Award Criterion (quality): Key Personnel
Lot 1 Award Criterion (quality): Data Protection
Lot 1 Award Criterion (quality): Sustainability
Lot 1 Award Criterion (quality): Methodology of Approach to the Requirement
Lot 1 Award Criterion (quality): Fair Work First
{
"buyer": {
"id": "GB-FTS-108688",
"name": "Glasgow City Council"
},
"date": "2025-09-18T08:58:41+01:00",
"description": "Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control, Health and Safety and Environmental Management Standards or comply with all the questions noted in SPD Section 4D. Please refer to the \u2018SPD Statements\u2019 doc within the Invitation to Tender document.\nHealth \u0026 Safety \u2013 applicants must complete and return the H\u0026S questionnaire found within the Buyers Attachment area within PCS-T.\nFreedom 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 found in the Technical Envelope within PCS-T. (NB the council does not bind itself to withhold this information).\nTenderers Amendments - Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate found in the Technical Envelope within PCS-T.\nPrompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council\u0027s satisfaction that all funds due to the tenderer\u0027s 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 subcontractors in respect of payments due to any sub-sub-contractors, if any.\nNon \u2013 Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Technical Envelope within PCS-T.\nInsurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier\u2019s 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.\nTerms and Conditions are located within the Buyers Attachments area of the tender portal.\nAdditional information pertaining to this contract notice is contained within the Invitation To Tender Document. Applicants must ensure they read this and any other tender documents in line with this contract notice.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30148. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nMandatory Community benefits are included in this requirement. For more information refer to Section 5 of the Invitation to Tender document situated within the Buyers Attachment area of PCS-T.\n(SC Ref:810199)",
"id": "057550-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000810199",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-059cbe",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G2 1DU",
"region": "UKM82",
"streetAddress": "Chief Executives Department, City Chambers, 40 John Street"
},
"contactPoint": {
"email": "Lesley.Thomson2@glasgow.gov.uk",
"telephone": "+44 1412878637",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"description": "Regional or local authority",
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE"
},
{
"description": "General public services",
"id": "01",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
},
"id": "GB-FTS-108688",
"identifier": {
"legalName": "Glasgow City Council"
},
"name": "Glasgow City Council",
"roles": [
"buyer",
"centralPurchasingBody"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"streetAddress": "PO Box 23, 1 Carlton Place"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk",
"telephone": "+44 1414298888"
},
"id": "GB-FTS-3515",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"name": "Glasgow Sheriff Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2025-10-20T12:00:00+01:00"
},
"bidOpening": {
"address": {
"streetAddress": "UK, Glasgow"
},
"date": "2025-10-20T12:00:00+01:00"
},
"classification": {
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true,
"performanceTerms": "KPI\u0027s for the Provision of Services for Maintenance and Repair of Council Fleet Diesel Fuel Systems will be listed under Section 4.16 within the ITT document (found within the Buyers Attachment area within PCS-T) but may be amended dependant on the specific requirements of the contract throughout the term of the contract."
},
"coveredBy": [
"GPA"
],
"description": "The Council is inviting suitably qualified and experienced Bidders to submit bids to provide a scheduled service for maintenance and emergency repair of fuel supply hardware and ancillary equipment including Jigsaw Fuel Management System (FMS) to ensure ongoing supply of fuel to the Council fleet.\nThe council requires the supplier to regularly service (monthly and annually), maintain, repair, calibrate all components related to the fuel delivery \u0026 management systems at all council fuel locations.",
"hasRecurrence": true,
"id": "GCC006276CPU",
"items": [
{
"additionalClassifications": [
{
"description": "Fuel pumps",
"id": "42122180",
"scheme": "CPV"
},
{
"description": "Parts of fuel pumps",
"id": "42124211",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services of pumps",
"id": "50511000",
"scheme": "CPV"
},
{
"description": "Fuels",
"id": "09100000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "UK, Glasgow"
},
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "10",
"name": "Key Personnel",
"type": "quality"
},
{
"description": "5",
"name": "Data Protection",
"type": "quality"
},
{
"description": "5",
"name": "Sustainability",
"type": "quality"
},
{
"description": "35",
"name": "Methodology of Approach to the Requirement",
"type": "quality"
},
{
"description": "5",
"name": "Fair Work First",
"type": "quality"
},
{
"description": "40",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "The Council is inviting suitably qualified and experienced Bidders to submit bids to provide a scheduled service for maintenance and emergency repair of fuel supply hardware and ancillary equipment including Jigsaw Fuel Management System (FMS) to ensure ongoing supply of fuel to the Council fleet.\nThe Council has eighteen bunkered fuel sites that dispense circa. 5.5 million litres of fuel per year to 2,500 authorised vehicles and drivers 24 hours per day, 365 days per year.\nThe Council requires to appoint a sole supplier to provide all elements of this contract for fuel systems service, maintenance and reactive repair for the Councils eighteen fuel sites.\nThe contract is expected to run for 4 years, commencing 2 December 2025 and ending 1 December 2029. 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.",
"hasOptions": false,
"hasRenewal": false,
"id": "1",
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"value": {
"amount": 192000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"recurrence": {
"description": "January 2029"
},
"reviewDetails": "Glasgow City Council (\u201cthe Council\u201d) 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 (\u201cthe Regulations\u201d). 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.",
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "Bidders must comply with the undernoted financial requirements in order\nto participate in the tendering process:-\nThere is a minimum financial requirement that affects trading performance and balance sheet strength.\nFinancial requirements for trading performance and balance sheet strength should be\ncalculated on latest filed accounts with Companies House.\nTrading Performance\nAn overall positive outcome on pre-tax profits over a 3 year period\nExceptional items can be excluded from the calculation.\nThe above would be expressed in the ratio Pre-Tax Profit/Turnover\nBalance Sheet strength\nNet worth of the organisation must be positive at the time of evaluation\nand organisation must not be subject to an insolvency process.\nIntangibles can be included for purposes of the Total Assets figure.\nThe above would be expressed in the ratio Total Assets/Total Liabilities\nCompanies 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.\nBidders should have no outstanding issues, with regard to statutory filing requirements with Companies House.\nBidders who have been trading for less than the 3 years noted above\nmust provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading.\nBidders who do not comply with the above financial requirements but are part\nof a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above.\nGlasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder\u0027s economic and financial standing.",
"minimum": "Glasgow City Council\u2019s insurance requirements are:\nEmployer\u2019s Liability\nThe organisation shall take out and maintain throughout the period of their services Employer\u2019s Liability insurance to the value of at least TEN MILLION (10,000,000GBP) POUNDS STERLING in respect of any one claim and unlimited in the period.\nPublic Liability\nThe organisation shall take out and maintain throughout the period of their services Public Liability Insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000GBP) in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate.\nProducts Insurance\nThe organisation shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least TEN MILLION (10,000,000GBP) POUNDS STERLING in respect of any one claim and in the aggregate.\nThe above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the Council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the Council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case.\nShould the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained.\nConfirmation of Insurances\nThe Bidder is required to confirm that these levels of insurance would be in place should the Bidder be awarded this contract.\nIf the Bidder does not have the specified insurances or not certify an undertaking to do so, this WILL result in the Bidder not being taken to the next stage in the evaluation process.\nAll successful Bidders will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the successful Bidder\u2019s insurance provider.\nIf the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from the successful Bidders at any point during the contract period.",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "4C.1.2 SPD Question\nFor public supply and public service contracts only, please provide 2 relevant examples of services carried out during the last three years, from either the public or private sector, as specified in the Contract Notice which should include the customer contact name, value of contract and contract start and end dates.\nExamples from both public and/or private sector customers and clients may be provided.\nSPD Statement\nRelevant examples should demonstrate experience of the provision of servicing, maintenance and emergency repair of existing fuel supply hardware and ancillary equipment to ensure ongoing supply of fuel to the fleet.\nAs part of your response please provide as a minimum the following:\n- name of the client, budget, contract start date and end date\n- name(s) of key sub-consultants and / or specialist sub-consultants\n- A project description, together with the teams\u2019 role in its delivery; defining the key roles over the service provision",
"minimum": "The weighting will be out of 100% with 50% attributed to each example. A minimum score of 60 out of 100 overall is required for question 4C.1.2.\nPlease Note - Any Bidder who fails to achieve the minimum score for this question will be excluded at this stage.",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 120
},
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-10-20T12:00:00+01:00"
},
"title": "The Provision of Services for Maintenance and Repair of Council Fleet Diesel Fuel Systems",
"value": {
"amount": 192000,
"currency": "GBP"
}
}
}