Award

Glasgow Bike Hire Scheme

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

15 Oct 2025 at 10:35

Tender

01 Apr 2025 at 13:04

Summary of the contracting process

The Glasgow Bike Hire Scheme contract, managed by Glasgow City Council, involves a mass automated cycle hire initiative aimed at enhancing public transport connectivity in Glasgow. The procurement process is classified under the services category for public road transport services, with a contract valued at £1,000,000. The procurement has moved through the tender and award stages and was most recently updated on 15th October 2025. The procurement method utilised is an open procedure, ensuring a competitive bidding environment. The contract was awarded to Voi Technology, a company identified as an SME, to operate the scheme, which aims to facilitate point-to-point journeys across the city, improving accessibility and transport links. The decision for contract award was made on 13th May 2025, with the contract signed on 16th September 2025, marking the project's commencement.

This Glasgow Bike Hire Scheme offers substantial growth opportunities for businesses specialising in urban mobility solutions and cycle hire services. With its focus on integrating cycling into the broader public transport network, businesses that can offer innovative technology solutions for automated bike hire, as well as those with experience in urban cycle logistics, are well-positioned to benefit. Small and medium-sized enterprises (SMEs) are encouraged, as evidenced by the award to Voi Technology, allowing other SMEs to benchmark their strategies when competing for such contracts. The scheme supports local economic development, potentially unlocking further opportunities in ancillary services, such as bike maintenance, software development, and customer support, fostering business expansion in sustainable urban transport.

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

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

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

VOI TECHNOLOGY

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-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
            }
        ]
    }
}