Award

The Supply, Installation, Management and Maintenance of On Street Secure Cycle Parking

THE CITY OF EDINBURGH COUNCIL

This public procurement record has 2 releases in its history.

Award

08 Jan 2025 at 09:30

Tender

04 Oct 2024 at 09:32

Summary of the contracting process

The City of Edinburgh Council has initiated a procurement process for the supply, installation, management, and maintenance of on-street secure cycle parking facilities. The tender, identified by reference CT1494, is within the industry category of goods, specifically storage units. The procurement method is an open procedure, aiming to award a contract valued at £500,000. The relevant procurement phase is active, with the invitation to submit bids closing on 5th November 2024 by 12:00 PM. The location for this project is primarily within the City of Edinburgh Council jurisdiction, Scotland (UKM75). Interested parties should be prepared to service existing and new units, manage user deposits, payments, and keys, and ensure timely maintenance and graffiti handling as specified in the tender details.

This tender presents significant opportunities for businesses specializing in storage solutions, parking facility management, and maintenance services. Companies equipped to manage online portals, handle secure transaction processes, and provide robust maintenance services will find this contract beneficial for business growth. The Council's requirement for a Health & Safety policy and commitment to environmental and prompt payment practices indicate that businesses with strong compliance and operational frameworks will be particularly well-suited to compete. Additionally, the mention of community benefits underscores a broader impact potential, making this tender attractive for companies aiming to contribute to local community betterment while expanding their service portfolio.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

The Supply, Installation, Management and Maintenance of On Street Secure Cycle Parking

Notice Description

The Council require a contractor to supply, install, manage and maintain on street secure cycle parking facilities. This includes the following:- Provide and run an online portal to allow members of the public to sign up to an available space or to a waiting list for a particular unit; Manage users deposits; Manage users keys including replacing and redistributing keys when new users take over spaces; Take payments from users either monthly or annually; Service of all existing and any new units twice per year; On call maintenance to fix any material issues within 3 days; On call to deal with issues of Graffiti in line with the Councils policies on graffiti removal. Supply and install new units

Lot Information

Lot 1

The Council is awarding this contract for the supply, installation, management and maintenance of on street secure cycle parking including the following:- Provide and run an online portal to allow members of the public to sign up to an available space or to a waiting list for a particular unit; Manage users deposits; Manage users keys including replacing and redistributing keys when new users take over spaces; Take payments from users either monthly or annually; Service of all existing and any new units twice per year; On call maintenance to fix any material issues within 3 days; On call to deal with issues of Graffiti in line with the Councils policies on graffiti removal. Supply and install new units

Renewal: 12 months

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04a5c0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000434-2025
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
£500,000 £500K-£1M
Lots Value
£500,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£500,000 £500K-£1M

Notice Dates

Publication Date
8 Jan 20251 years ago
Submission Deadline
5 Nov 2024Expired
Future Notice Date
Not specified
Award Date
6 Jan 20251 years ago
Contract Period
Not specified - Not specified
Recurrence
September 2030

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE CITY OF EDINBURGH COUNCIL
Contact Name
Graham Halliday
Contact Email
graham.halliday@edinburgh.gov.uk
Contact Phone
+44 1314693922

Buyer Location

Locality
EDINBURGH
Postcode
EH8 8BG
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Supplier Information

Number of Suppliers
1
Supplier Name

GREASE MONKEY

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-04a5c0-2025-01-08T09:30:07Z",
    "date": "2025-01-08T09:30:07Z",
    "ocid": "ocds-h6vhtk-04a5c0",
    "description": "Part IV: Selection criteria - C: Technical and Professional Ability - Prompt Payment - Question 4C.4 - It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub- contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question. Part IV: Selection criteria - C: Technical and Professional Ability - Living Wage Payment - Question 4C.4. Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the contract, and/or any subsequent call off contract (including any agency or sub-contractor staff) directly involved in the delivery of the contract, and/or any subsequent call off contract, at least the real Living Wage. Part IV: Selection criteria - C: Environmental Management Measures - Question 4C.7 - Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to the provision of a carbon reduction plan Where a Tenderer's response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition (SC Ref:786918)",
    "initiationType": "tender",
    "tender": {
        "id": "CT1494",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "The Supply, Installation, Management and Maintenance of On Street Secure Cycle Parking",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "39173000",
            "description": "Storage units"
        },
        "mainProcurementCategory": "goods",
        "description": "The Council require a contractor to supply, install, manage and maintain on street secure cycle parking facilities. This includes the following:- Provide and run an online portal to allow members of the public to sign up to an available space or to a waiting list for a particular unit; Manage users deposits; Manage users keys including replacing and redistributing keys when new users take over spaces; Take payments from users either monthly or annually; Service of all existing and any new units twice per year; On call maintenance to fix any material issues within 3 days; On call to deal with issues of Graffiti in line with the Councils policies on graffiti removal. Supply and install new units",
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Council is awarding this contract for the supply, installation, management and maintenance of on street secure cycle parking including the following:- Provide and run an online portal to allow members of the public to sign up to an available space or to a waiting list for a particular unit; Manage users deposits; Manage users keys including replacing and redistributing keys when new users take over spaces; Take payments from users either monthly or annually; Service of all existing and any new units twice per year; On call maintenance to fix any material issues within 3 days; On call to deal with issues of Graffiti in line with the Councils policies on graffiti removal. Supply and install new units",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Full details in tender documentation",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12 months"
                },
                "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": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "deliveryLocation": {
                    "description": "City of Edinburgh Council"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Part III: Section A, B, C & D - 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 [for above threshold)/8 and 9 of the Procurement (Scotland)Regulations 2016 (below threshold). Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of 167,000 GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4: Current ratio for Current Year: 1.1 Current ratio for Prior Year: 1.1 The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.1. Where a Tenderer's current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: a. Employers (Compulsory) Liability Insurance - 5m GBP b. Public Liability Insurance - 10m GBP c. Product Liability Insurance - 5m GBP.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please see additional information",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-11-05T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2024-11-05T12:00:00Z"
        },
        "bidOpening": {
            "date": "2024-11-05T12:00:00Z",
            "address": {
                "streetAddress": "Edinburgh"
            },
            "description": "Council officers"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.",
        "recurrence": {
            "description": "September 2030"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-346",
            "name": "The City of Edinburgh Council",
            "identifier": {
                "legalName": "The City of Edinburgh Council"
            },
            "address": {
                "streetAddress": "Waverley Court, 4 East Market Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH8 8BG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Graham Halliday",
                "telephone": "+44 1314693922",
                "email": "graham.halliday@edinburgh.gov.uk",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.edinburgh.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-5024",
            "name": "Sheriff Court",
            "identifier": {
                "legalName": "Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-134260",
            "name": "Grease Monkey Ltd",
            "identifier": {
                "legalName": "Grease Monkey Ltd"
            },
            "address": {
                "streetAddress": "24 Howe Street",
                "locality": "Edinburgh",
                "region": "UKM78",
                "postalCode": "EH3 6TG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1312609739"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-346",
        "name": "The City of Edinburgh Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000779627"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "000434-2025-CT1494-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-134260",
                    "name": "Grease Monkey Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "000434-2025-CT1494-1",
            "awardID": "000434-2025-CT1494-1",
            "status": "active",
            "value": {
                "amount": 500000,
                "currency": "GBP"
            },
            "dateSigned": "2025-01-06T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}