Notice Information
Notice Title
The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units
Notice Description
The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units. The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Storage Scheme. This will include the supply, installation, management, and maintenance of new secure cycle shelters. The supplier shall be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires. There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027.
Lot Information
Lot 1
The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Parking scheme. This includes the supply, installation, management, and maintenance of up to 500 new secure cycle shelters. The supplier shall also be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires, anticipated 2024. There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027. This contract is expected to run for 5 years, anticipated start date 1 July 2024 and ending on 30 June 2029. The council will have the option to extend the contract for 2 periods of up to 12 months which will be exercised by the council serving notice on the supplier in accordance with the council's Terms and Conditions.
Renewal: The council will have the option to extend the contract for 2 periods of up to 12 months which will be exercised by the council serving notice on the supplier in accordance with the council's Terms and Conditions.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-044b53
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/053670-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- 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
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
63 - Supporting and auxiliary transport services; travel agencies services
-
- CPV Codes
34913510 - Bicycle locks
39173000 - Storage units
44421700 - Boxes and lockers
44500000 - Tools, locks, keys, hinges, fasteners, chain and springs
63121100 - Storage services
Notice Value(s)
- Tender Value
- £2,500,000 £1M-£10M
- Lots Value
- £2,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,491,325 £1M-£10M
Notice Dates
- Publication Date
- 3 Sep 20255 months ago
- Submission Deadline
- 22 Apr 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 19 Nov 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
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
- Lesley Thomson
- Contact Email
- lesley.thomson2@glasgow.gov.uk
- Contact Phone
- +44 1412878637
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-044b53-2025-09-03T16:32:43+01:00",
"date": "2025-09-03T16:32:43+01:00",
"ocid": "ocds-h6vhtk-044b53",
"description": "(SC Ref:808737)",
"initiationType": "tender",
"tender": {
"id": "GCC005733CPU",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "39173000",
"description": "Storage units"
},
"mainProcurementCategory": "goods",
"description": "The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units. The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Storage Scheme. This will include the supply, installation, management, and maintenance of new secure cycle shelters. The supplier shall be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires. There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027.",
"value": {
"amount": 2500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Parking scheme. This includes the supply, installation, management, and maintenance of up to 500 new secure cycle shelters. The supplier shall also be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires, anticipated 2024. There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027. This contract is expected to run for 5 years, anticipated start date 1 July 2024 and ending on 30 June 2029. The council will have the option to extend the contract for 2 periods of up to 12 months which will be exercised by the council serving notice on the supplier in accordance with the council's Terms and Conditions.",
"awardCriteria": {
"criteria": [
{
"name": "Booking System/Test Site",
"type": "quality",
"description": "5"
},
{
"name": "Data Protection",
"type": "quality",
"description": "5"
},
{
"name": "Method Statements",
"type": "quality",
"description": "10"
},
{
"name": "Work Programme",
"type": "quality",
"description": "10"
},
{
"name": "Team Structure",
"type": "quality",
"description": "5"
},
{
"name": "Marketing and Promotion",
"type": "quality",
"description": "5"
},
{
"name": "Sustainability",
"type": "quality",
"description": "5"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "50"
}
]
},
"value": {
"amount": 2500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The council will have the option to extend the contract for 2 periods of up to 12 months which will be exercised by the council serving notice on the supplier in accordance with the council's Terms and Conditions."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "63121100",
"description": "Storage services"
},
{
"scheme": "CPV",
"id": "39173000",
"description": "Storage units"
},
{
"scheme": "CPV",
"id": "34913510",
"description": "Bicycle locks"
},
{
"scheme": "CPV",
"id": "44421700",
"description": "Boxes and lockers"
},
{
"scheme": "CPV",
"id": "44500000",
"description": "Tools, locks, keys, hinges, fasteners, chain and springs"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Glasgow,UK"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Financial Requirements:- In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted:- 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 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. If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with. An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Glasgow 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's economic and financial standing. Glasgow City Council's Insurance Requirements are: Employer's Liability The organisation shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of a minimum TEN MILLION (10000000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation shall take out and maintain throughout the period of their services Public Liability Insurance to the value of at least FIVE MILLION POUNDS STERLING (5000000 GBP) in respect of any one claim and unlimited in the period. Products Liability The organisation shall take out and maintain throughout the period of their services Products Liability insurance to the value of a minimum of FIVE MILLION (5000000 GBP) 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 Bidder not have the specified insurances at the time of tendering, then the Bidder must certify in their response to this Invitation to Tender that the specified insurance will be obtained.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Bidders are required to provide two relevant examples of your organisations recent experience (within the last 5 years) in delivering a Secure on Street Cycle Parking Scheme similar in scale as specified in the Contract Notice and Section 4 of the Invitation to Tender (ITT) Document. Please refer to the ITT Document and the SPD for further details.",
"minimum": "The weighting will be out of 100% with 50% attributed to each example. Bidders must achieve the minimum threshold score of 60% overall over the two examples. Any Bidder who fails to achieve the minimum points score will be disqualified at this stage.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "Key Performance Indicators will be listed under Section 4.17 of the ITT Document.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-04-22T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2024-04-22T12:00:00+01:00"
},
"bidOpening": {
"date": "2024-04-22T12:00:00+01:00",
"address": {
"streetAddress": "Glasgow City Council, City Chambers, 40 John Street, Glasgow, G2 1DU"
},
"description": "Procurement Officer"
},
"hasRecurrence": false,
"reviewDetails": "Glasgow City Council (\"the 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, 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 he 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 (\"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, 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."
},
"parties": [
{
"id": "GB-FTS-108688",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers, 40 John Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412878637",
"email": "Lesley.Thomson2@glasgow.gov.uk",
"url": "http://www.publictendersscotland.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-1043",
"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": "G5 9DA",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"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": {
"name": "Lesley Thomson",
"telephone": "+44 1412878637",
"email": "Lesley.Thomson2@glasgow.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-159811",
"name": "Cyclehoop Ltd",
"identifier": {
"legalName": "Cyclehoop Ltd"
},
"address": {
"streetAddress": "Unit 1, Burnham Way",
"locality": "London",
"region": "UK",
"postalCode": "SE26 5AG",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2086991338"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-3515",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "PO Box 23, 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1414298888",
"email": "glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.scotcourts.gov.uk/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/glasgow-sheriff-court-and-justice-of-the-peace-court/"
}
}
],
"buyer": {
"id": "GB-FTS-73933",
"name": "Glasgow City Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000808737"
}
],
"language": "en",
"awards": [
{
"id": "053670-2025-GCC005733CPU-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-159811",
"name": "Cyclehoop Ltd"
}
]
}
],
"contracts": [
{
"id": "053670-2025-GCC005733CPU-1",
"awardID": "053670-2025-GCC005733CPU-1",
"status": "active",
"value": {
"amount": 1491325,
"currency": "GBP"
},
"dateSigned": "2024-11-19T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}