Notice Information
Notice Title
Glasgow Bike Hire Scheme
Notice Description
mass automated cycle hire scheme
Lot Information
Lot 1
appointment of service provider for mass automated cycle hire scheme
Renewal: contract will be in place for 3 year plus potential 2 x 12 month extensions
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04fb58
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/065528-2025
- 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
60 - Transport services (excl. Waste transport)
-
- CPV Codes
60112000 - Public road transport services
Notice Value(s)
- Tender Value
- £1,000,000 £1M-£10M
- Lots Value
- £1,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,000,000 £1M-£10M
Notice Dates
- Publication Date
- 15 Oct 20254 months ago
- Submission Deadline
- 13 May 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 15 Sep 20255 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- january 2028
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
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
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-04fb58-2025-10-15T11:35:36+01:00",
"date": "2025-10-15T11:35:36+01:00",
"ocid": "ocds-h6vhtk-04fb58",
"description": "(SC Ref:813124)",
"initiationType": "tender",
"tender": {
"id": "GCC006234CPU",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Glasgow Bike Hire Scheme",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "60112000",
"description": "Public road transport services"
},
"mainProcurementCategory": "services",
"description": "mass automated cycle hire scheme",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "appointment of service provider for mass automated cycle hire scheme",
"awardCriteria": {
"criteria": [
{
"name": "Resources",
"type": "quality",
"description": "3"
},
{
"name": "Programme",
"type": "quality",
"description": "4"
},
{
"name": "Service & Contract Delivery",
"type": "quality",
"description": "7"
},
{
"name": "Scheme Operation",
"type": "quality",
"description": "8"
},
{
"name": "Product & Maintenance",
"type": "quality",
"description": "7"
},
{
"name": "Marketing Plan & Partnership Working",
"type": "quality",
"description": "3"
},
{
"name": "Business Plan",
"type": "quality",
"description": "7"
},
{
"name": "Additional Information",
"type": "quality",
"description": "4"
},
{
"name": "Membership Options",
"type": "quality",
"description": "7"
},
{
"name": "Data",
"type": "quality",
"description": "5"
},
{
"name": "fair work first",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 1000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "contract will be in place for 3 year plus potential 2 x 12 month extensions"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"relatedLot": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60112000",
"description": "Public road transport services"
}
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "N/A",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- 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 Companies 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 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 will be prepared to consider applications from companies who currently do not comply with the financial requirements specifically set out for the trading and balance sheet strength ratios. The above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the above financial requirements. 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",
"minimum": "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 (10,000,000 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 a minimum of FIVE MILLION (5,000,000 GBP) POUNDS STERLING 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 (5,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate. Glasgow 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. The organisation shall take out and maintain throughout the period of their services and for a further 1 year on completion of their service, Professional Indemnity insurance to the value of a minimum of ONE MILLION (1,000,000 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.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Q4C.1 SPD(S) Question Please provide relevant examples of services carried out during the last five years as specified in the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided) SPD(S) Statement? Please refer to ITT and technical experience template for further information on criteria",
"minimum": "Bidders should also note that a minimum threshold score of 50% is required to be achieved overall in this question, in order to proceed to ITT stage Please also refer to ITT for all details",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "As per ITT document"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-05-13T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2025-05-13T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-05-13T12:00:00+01:00"
},
"hasRecurrence": true,
"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 the 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.",
"recurrence": {
"description": "january 2028"
}
},
"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": {
"name": "kim mackenzie",
"telephone": "+44 1412876426",
"email": "kim.mackenzie@ced.glasgow.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"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_AGENCY",
"description": "Regional or local agency/office"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-964",
"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-163916",
"name": "Voi Technology",
"identifier": {
"legalName": "Voi Technology"
},
"address": {
"streetAddress": "2nd Floor National House, 60-66 Wardour Street",
"locality": "London",
"region": "UK",
"postalCode": "W1F 0TA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-163917",
"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",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-73933",
"name": "Glasgow City Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000813124"
}
],
"language": "en",
"awards": [
{
"id": "065528-2025-GCC006234CPU-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-163916",
"name": "Voi Technology"
}
]
}
],
"contracts": [
{
"id": "065528-2025-GCC006234CPU-1",
"awardID": "065528-2025-GCC006234CPU-1",
"status": "active",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"dateSigned": "2025-09-16T00:00:00+01:00"
}
],
"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": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}