Notice Information
Notice Title
Provision of Pay As You Go Car Club Service
Notice Description
Glasgow City Council is inviting tender bids from car club operators to provide two mixed models consisting of Return-to-base and a One-way (flexible) car club service. These shall be operated from council on-street parking locations, council Controlled Parking Zones / Restricted Parking Zones or alternative locations as agreed from time to time within the City of Glasgow. The council is also looking for a mandatory annual payment of 30,000 GBP for the duration of the contract.
Lot Information
Lot 1
Glasgow City Council is inviting tender bids from experienced car club operators to provide a mixed model of Return-to-base and a One-way (flexible) car club service from council provided on-street parking locations, council Controlled Parking Zones (CPZ) / Restricted Parking Zones . The mixed model services are detailed below: - Return-to-base (fixed)- 53 on-street Parking Bays within 46 locations (of which 23 are Electric Vehicles with EV charging points). - One-way (flexible) - Estimated 17 on-street Controlled Parking Zones/ Restricted Parking Zones within 13 available zones of the city (of which 4 are currently in use with 1 vehicle in each location). - Total vehicles required for contract commencement date is, as a minimum, 53 populated over 46 On-street locations. Of these 53 vehicles, 23 shall be fully electric and in particular all City Centre locations will be fully electric to meet any city Low Emission Zone requirements. There are 17 residential parking permits being offered across 13 controlled parking areas, which will require Hybrid vehicles.
Renewal: 12 months prior to the expire, the council may consider commencing a new tender process
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03b223
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030494-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
66 - Financial and insurance services
-
- CPV Codes
34100000 - Motor vehicles
66114000 - Financial leasing services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £2,154,558 £1M-£10M
Notice Dates
- Publication Date
- 16 Oct 20232 years ago
- Submission Deadline
- 14 Apr 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Aug 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Aug 2027
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Not specified
- Contact Email
- caroline.dougan@glasgow.gov.uk
- Contact Phone
- +44 1412876845
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03b223-2023-10-16T15:36:48+01:00",
"date": "2023-10-16T15:36:48+01:00",
"ocid": "ocds-h6vhtk-03b223",
"description": "Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts(Scotland) Regulations 2015. For SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; Bidders should hold the relevant certificates for Quality Assurance Schemes and Environmental Management Standards . If Bidders do not hold the relevant certificates, they will be required to respond to supporting questions. Bidders must complete Document Eight - Health and Safety Questionnaire and submit it with the tender submission (Only bidders who pass the health and safety aspect shall be considered. Bidder must complete Document Seven - Security System Assessment and submit it with their tender submission (The council will undertake the evaluation of this element for the preferred Bidder. Should the council identify any minor remedies, they must be completed within 14 days of contract award. Freedom 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 (NB the council does not bind itself to withhold this information). Tenderers Amendments Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Prompt Payment The successful Supplier shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's 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 sub-contractors in respect of payments due to any sub-sub-contractors, if any. Non Collusion Bidders will be required to complete the Non Collusion certificate. Insurance Mandate All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's 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. Terms and Conditions are located within the attachments area within the PCS Tender portal and are reference Document Three Additional information pertaining to this contract notice is contained in the Invitation to Tender Document One. Bidders must ensure they read all the attachments available in the attachment area in line with this contract notice. (SC Ref:744589)",
"initiationType": "tender",
"tender": {
"id": "GCC005494CPU",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Pay As You Go Car Club Service",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "66114000",
"description": "Financial leasing services"
},
"mainProcurementCategory": "services",
"description": "Glasgow City Council is inviting tender bids from car club operators to provide two mixed models consisting of Return-to-base and a One-way (flexible) car club service. These shall be operated from council on-street parking locations, council Controlled Parking Zones / Restricted Parking Zones or alternative locations as agreed from time to time within the City of Glasgow. The council is also looking for a mandatory annual payment of 30,000 GBP for the duration of the contract.",
"lots": [
{
"id": "1",
"description": "Glasgow City Council is inviting tender bids from experienced car club operators to provide a mixed model of Return-to-base and a One-way (flexible) car club service from council provided on-street parking locations, council Controlled Parking Zones (CPZ) / Restricted Parking Zones . The mixed model services are detailed below: - Return-to-base (fixed)- 53 on-street Parking Bays within 46 locations (of which 23 are Electric Vehicles with EV charging points). - One-way (flexible) - Estimated 17 on-street Controlled Parking Zones/ Restricted Parking Zones within 13 available zones of the city (of which 4 are currently in use with 1 vehicle in each location). - Total vehicles required for contract commencement date is, as a minimum, 53 populated over 46 On-street locations. Of these 53 vehicles, 23 shall be fully electric and in particular all City Centre locations will be fully electric to meet any city Low Emission Zone requirements. There are 17 residential parking permits being offered across 13 controlled parking areas, which will require Hybrid vehicles.",
"awardCriteria": {
"criteria": [
{
"name": "Membership Term and Conditions",
"type": "quality",
"description": "10"
},
{
"name": "Booking and Access Technology",
"type": "quality",
"description": "10"
},
{
"name": "Vehicle Fleet",
"type": "quality",
"description": "5"
},
{
"name": "Marketing",
"type": "quality",
"description": "8"
},
{
"name": "Business Plan and Growth",
"type": "quality",
"description": "7"
},
{
"name": "Service Level",
"type": "quality",
"description": "5"
},
{
"name": "Sustainability",
"type": "quality",
"description": "5"
},
{
"name": "Data Protection",
"type": "quality",
"description": "5"
},
{
"name": "Fair Work Practice",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 2610
},
"hasRenewal": true,
"renewal": {
"description": "12 months prior to the expire, the council may consider commencing a new tender process"
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "Glasgow City"
}
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictenderscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Glasgow City Council's Insurance Requirements are: Employer's Liability The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Products Insurance The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. Motor Insurance The organisation/consultant shall take out and maintain throughout the period of their services, at least statutory Motor insurance cover as per the Road Traffic Act 1988. Professional Indemnity Insurance Requirements Professional Indemnity The organisation/consultant shall take out and maintain throughout the period of their services and for a further 6 years on completion of their service, Professional Indemnity insurance to the value of a minimum FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. The 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. Should the service provider not have the specified insurances at the time of tendering then, the service provider must certify in their response to this ITT that the specified insurance will be obtained",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Please refer to Document One - Invitation to Tender within the Attachment area of the portal within PCST for further details. Technical & Professional Ability Bidders are required to provide evidence of having the necessary capacity and capability to deliver the requirement. Bidders are required to respond to question 4C.1.2 within the qualification submission of the tender. Please provide 2 relevant examples of supplies and or services carried out during the last three years as specified in the Contract Notice and Document One ITT: Example 1 50 percent Example 2 50 percent Total Section 100 percent Bidders must score a minimum threshold of 60 percent across both examples and or Any Bidder who fails to achieve the minimum points score for any question will be disqualified.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "The service provider shall be fully CoMoUK accredited or equivalent. If working towards full accreditation status, this shall be in place by the operational commencement of the contract e.g. 1 Sept 2023. The service provider shall maintain full accreditation throughout the contract period."
}
]
},
"contractTerms": {
"performanceTerms": "As referenced in Document One - Invitation to Tender and Document Two - Terms & Conditions"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-04-14T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2023-04-14T12:00:00+01:00"
},
"bidOpening": {
"date": "2023-04-14T12:00:00+01:00"
},
"hasRecurrence": true,
"reviewDetails": "Glasgow City 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. 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 86 of The Public Contract (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 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.",
"recurrence": {
"description": "Aug 2027"
}
},
"parties": [
{
"id": "GB-FTS-73933",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "40 John St, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412876845",
"email": "caroline.dougan@glasgow.gov.uk",
"url": "http://www.publictenderscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.glasgow.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-9474",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "PO Box 23 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G2 9DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.scotcourts.gov.uk/the-courts/court-location/glasgow-sheriff-court-and-justice-of-the-peace-court"
}
},
{
"id": "GB-FTS-95433",
"name": "Co-wheels car club",
"identifier": {
"legalName": "Co-wheels car club"
},
"address": {
"streetAddress": "7-15 Pink Lane",
"locality": "Newcastle Upon Tyne",
"region": "UKM82",
"postalCode": "NE1 5DW",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7394047708",
"email": "jonathan.collinson@co-wheels.org.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-73933",
"name": "Glasgow City Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000723859"
}
],
"language": "en",
"awards": [
{
"id": "030494-2023-GCC005494CPU-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-95433",
"name": "Co-wheels car club"
}
]
}
],
"contracts": [
{
"id": "030494-2023-GCC005494CPU-1",
"awardID": "030494-2023-GCC005494CPU-1",
"status": "active",
"value": {
"amount": 2154558,
"currency": "GBP"
},
"dateSigned": "2023-08-29T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}