色猫直播 Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 7th Aug 2025
Reference | ocds-h6vhtk-058393 |
Common Procurement Vocabulary | Environmental engineering consultancy services |
Procurement Method | Open procedure |
Value | £500,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 7th Aug 2025
Reference | ocds-h6vhtk-058393 |
Common Procurement Vocabulary | Environmental engineering consultancy services |
Procurement Method | Open procedure |
Value | £500,000 |
Section I: Contracting authority
I.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
Contact
kim mackenzie
kim.mackenzie [at] ced.glasgow.gov.uk
Telephone
+44 1412872000
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Landfill Consultancy Services
Reference number
GCC006026CPU
II.1.2) Main CPV code
- 71313000 - Environmental engineering consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description
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) Estimated total value
Value excluding VAT: 拢500,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71530000 - 色猫直播 consultancy services
II.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
II.2.4) Description of the procurement
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) Award criteria
Quality criterion - Name: Installation / remediation of landfill leachate wastewater treatment plants / Weighting: 20
Quality criterion - Name: Process for definitive closure / Weighting: 5
Quality criterion - Name: retrofitting a successful surface water management system / Weighting: 10
Quality criterion - Name: Surface water management system / Weighting: 5
Quality criterion - Name: Innovative solutions / new systems / technologies / Weighting: 5
Quality criterion - Name: FAIR WORK FIRST / Weighting: 5
Quality criterion - Name: Leachate management and extraction systems / Weighting: 10
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 X UP TO 12 MONTH EXTENSION PERIODS
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
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 III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria
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
Minimum level(s) of standards possibly required
Employers Liability 鈥 Minimum 10,000,000GBP in respect of each claim without limit to the number of claims.
Public Liability 鈥 Minimum 5,000,00GBP in respect of each claim without limit to the number of claims.
Professional Indemnity 鈥 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) Technical and professional ability
List and brief description of selection criteria
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
Minimum level(s) of standards possibly required
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) Conditions related to the contract
III.2.2) Contract performance conditions
Please refer to Invitation to Tender document for details of contract key performance indicators
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
12 September 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
12 September 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: January 2029
VI.3) Additional information
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
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:
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:
Community benefits are included in this requirement. For more information see:
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:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Mandatory non evaluated pass/fail
(SC Ref:806794)
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
G5 9DA
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
Glasgow Sheriff Court and Justice of the Peace Court
PO BOX 23 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
Glasgow City Council (鈥渢he Council鈥) 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 (鈥渢he
Regulations鈥). 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