Buyer Name: Glasgow City Council
Buyer Address: 40 John St, City Chambers, Glasgow, UKM82, G2 1DU, United Kingdom
Contact Name: kim mackenzie
Contact Email: kim.mackenzie@ced.glasgow.gov.uk
Contact Telephone: +44 1412872000
Buyer Name: Glasgow City Council
Buyer Address: 40 John St, City Chambers, Glasgow, UKM82, G2 1DU, United Kingdom
Contact Name: kim mackenzie
Contact Email: kim.mackenzie@ced.glasgow.gov.uk
Contact Telephone: +44 1412872000
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
No linked documents found for this notice.
Lot Description: 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 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 Award Criterion (quality): Installation / remediation of landfill leachate wastewater treatment plants
Lot 1 Award Criterion (quality): Process for definitive closure
Lot 1 Award Criterion (quality): retrofitting a successful surface water management system
Lot 1 Award Criterion (quality): Surface water management system
Lot 1 Award Criterion (quality): Innovative solutions / new systems / technologies
Lot 1 Award Criterion (quality): FAIR WORK FIRST
Lot 1 Award Criterion (quality): Leachate management and extraction systems
{
"buyer": {
"id": "GB-FTS-73933",
"name": "Glasgow City Council"
},
"date": "2025-08-07T15:32:39+01:00",
"description": "Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT.\nTenderers Amendments - Buyers will be required to complete the tenderers amendment certificate contained in the buyers attachment area\nwithin PCS Tender portal.\nPrompt Payment - Buyers attachment area within PCS Tender portal\nThe successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any.\nBuyers will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal.\nBidders will be required to complete the Non-Collusion certificate contained in the buyers attachments area within the PCS Tender portal\nTerms and Conditions are located within Section 3 of the ITT document.\nNOTE: 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\nregistered, registration will be required.\nTo access PCS-Tender, record your interest in this notice and access the tender documentation please visit\nhttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 12470 under ITTs Open to All Suppliers. Please\nuse the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the ITT it will\nmove to your My ITTs area.\nFor further information on using PCS-Tender, please read the Supplier Response Guide:\nhttps://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf\nIf 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\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29872\nA sub-contract clause has been included in this contract. For more information see:\nhttp://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see:\nhttp://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361\nA summary of the expected community benefits has been provided as follows:\nAs per Glasgow City Council\u0027s procedures, community benefits will be applied to this contract. A summary of the expected community benefits\nhas been provided as follows:\nCriteria - Mandatory Non Evaluated Pass/Fail\nVoluntary - The council may seek to encourage Voluntary Community Benefits. Voluntary Community Benefits may be identified or proposed\nby the successful supplier post-award and throughout the delivery of the contract. Post-award only, no impact on tender process.\nThe 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\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 non evaluated pass/fail\n(SC Ref:806794)",
"id": "047004-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000806794",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-058393",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G2 1DU",
"region": "UKM82",
"streetAddress": "40 John St, City Chambers"
},
"contactPoint": {
"email": "kim.mackenzie@ced.glasgow.gov.uk",
"name": "kim mackenzie",
"telephone": "+44 1412872000",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=0d1b0cd7-4e53-41bd-8cc2-4538308160fc"
},
"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-73933",
"identifier": {
"legalName": "Glasgow City Council"
},
"name": "Glasgow City Council",
"roles": [
"buyer"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"streetAddress": "PO BOX 23 1 Carlton Place"
},
"id": "GB-FTS-964",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2025-09-12T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-09-12T12:00:00+01:00"
},
"classification": {
"description": "Environmental engineering consultancy services",
"id": "71313000",
"scheme": "CPV"
},
"contractTerms": {
"performanceTerms": "Please refer to Invitation to Tender document for details of contract key performance indicators"
},
"coveredBy": [
"GPA"
],
"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",
"hasRecurrence": true,
"id": "GCC006026CPU",
"items": [
{
"additionalClassifications": [
{
"description": "Construction consultancy services",
"id": "71530000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "20",
"name": "Installation / remediation of landfill leachate wastewater treatment plants",
"type": "quality"
},
{
"description": "5",
"name": "Process for definitive closure",
"type": "quality"
},
{
"description": "10",
"name": "retrofitting a successful surface water management system",
"type": "quality"
},
{
"description": "5",
"name": "Surface water management system",
"type": "quality"
},
{
"description": "5",
"name": "Innovative solutions / new systems / technologies",
"type": "quality"
},
{
"description": "5",
"name": "FAIR WORK FIRST",
"type": "quality"
},
{
"description": "10",
"name": "Leachate management and extraction systems",
"type": "quality"
},
{
"description": "40",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"description": "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.\nThis 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.\nThe contract will be utilised by Neighbourhoods Regeneration and Sustainability and be applicable to the landfill sites currently managed by the council, namely:\nSouth Cathkin Landfill, Cairnmuir Rd, Glasgow, G74 4GY\nSummerston Landfill, Balmore Road Glasgow, G23 5HD\nKilgarth Landfill, Gartgill Road, Coatbridge, ML5 2EQ\nWilderness Landfill, Balmuildty Road Glasgow, G64 3QQ\nCathkin 1, Cathkin Road, Rutherglen, G73 5RS 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\nContracts (Scotland) Regulations 2015.",
"hasOptions": false,
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "2 X UP TO 12 MONTH EXTENSION PERIODS"
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
}
}
],
"mainProcurementCategory": "services",
"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\ncandidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The\nCouncil 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\ndays 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\nelapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\u201cthe\nRegulations\u201d). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff\nCourt 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\ncourt proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or\nestablish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order,\nbrings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to\nthe courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the\nCouncil must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider\nappropriate 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 calculated on latest filed accounts 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",
"minimum": "Employers Liability \u2013 Minimum 10,000,000GBP in respect of each claim without limit to the number of claims.\nPublic Liability \u2013 Minimum 5,000,00GBP in respect of each claim without limit to the number of claims.\nProfessional Indemnity \u2013 Minimum 5,000,000GBP in respect of each claim and in the aggregate. To be maintained for 6 years on completion of their service.\nGlasgow 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.",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "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\nto deliver the services as described in part II.2.4 of the Contract Notice\nWith reference to SPD question 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion\nof the contract.\nSuppliers 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": "Bidders MUST score no less than 60% of the marks available for the questions above based upon the scoring guidance shown in the ITT.",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=0d1b0cd7-4e53-41bd-8cc2-4538308160fc",
"submissionTerms": {
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-09-12T12:00:00+01:00"
},
"title": "Landfill Consultancy Services",
"value": {
"amount": 500000,
"currency": "GBP"
}
}
}