ذكذكتسئµ

Construction Tenders

15 June 2025

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 3rd Jun 2025

Tender Details
Referenceocds-h6vhtk-052b28
Common Procurement VocabularyRefuse-collection vehicles
Procurement MethodOpen procedure
Value£210,000
« Previous Page

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 3rd Jun 2025

Tender Details
Referenceocds-h6vhtk-052b28
Common Procurement VocabularyRefuse-collection vehicles
Procurement MethodOpen procedure
Value£210,000

Section I: Contracting authority

I.1) Name and addresses

East Dunbartonshire Council

Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place

Kirkintilloch

G66 1TJ

Contact

Graeme Gamble

Email

graeme.gamble [at] eastdunbarton.gov.uk

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

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

7.5T Refuse Collection Vehicles

Reference number

EDC/2025/4223

II.1.2) Main CPV code

  • 34144511 - Refuse-collection vehicles

II.1.3) Type of contract

Supplies

II.1.4) Short description

7.5T Refuse Collection Vehicles (two)

II.1.5) Estimated total value

Value excluding VAT: آ£210,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 34144510 - Vehicles for refuse
  • 34144511 - Refuse-collection vehicles
  • 34144512 - Refuse-compaction vehicles

II.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

Hilton Depot, Bishopbriggs

II.2.4) Description of the procurement

7.5T Refuse Collection Vehicles (two) for Food Collection

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

II.2.6) Estimated value

Value excluding VAT: آ£210,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2025

End date

31 August 2026

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Should the numbers change that are required the Council reserves the right to amend these either up or down to the specification in the contract

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established i.e. companies house

III.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must respond to SPD Questions 4B.1.2, 4B.1.3, 4B3, 4B.5.1, 4B.5.2, 4B.5.3

Minimum level(s) of standards possibly required

The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows:

Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing

Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.

Minimum level(s) of standards required:

4B.1.2 Bidders will be required to have an average yearly turnover of 400,000 GBP over the past 3 years.

4B.3 In the case that turnover information is not available for the given period please state the date on which the bidder was set up or started trading.

4B.5.1, 4B.5.2 and 4B.5.3. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employers Liability – 10,000,000 GBP each and every claim and in the annual aggregate

Public Liability – 5,000,000 GBP each and every claim and in the annual aggregate

Unlimited in respect of liability for death / injury.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must respond to SPD Questions 4C.1

Minimum level(s) of standards possibly required

4C.1. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the goods as described in the Contract Notice or the relevant section of the Site Notice. A minimum of three Contracts of a similar scope and nature which have successfully delivered in the last five years.


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

4 July 2025

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

7 July 2025

Local time

10:00am

Place

Southbank Marina


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:800463)

Download the ESPD document here:

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sherriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom