Notice Information
Notice Title
Cycle Infrastructure Framework
Notice Description
Glasgow City Council invites tender bids for the provision of a cycle infrastructure framework for the supply and delivery of cycle racks and for the supply, delivery and installation of secure cycle shelters within school playgrounds and bespoke shelters for public locations, as well cycle monitoring equipment. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.
Lot Information
Supply, Delivery and Installation of Secure Cycle Shelters
Glasgow City Council has a requirement for the supply, delivery and installation of a number of different secure lockable free standing shelters. These secure shelters will prevent unauthorised access to the enclosures and will be sited on allocated space on-street or within school premises within the Glasgow city boundary. All goods must be of the highest quality, manufactured to the highest standard and must meet the relevant industry standard. The delivery location and installation timetable of each secure cycle shelter will be advised at call off with all goods and / or materials properly packed and securely delivered at the time and place requested. Full technical specification is provided for each shelter type.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Renewal: The contract duration is for 3 Years with an option to extend for 12 months.
Automatic Cycle and Pedestrian Countershas a requirement for the provision of automatic cycle and pedestrian counters. In addition there is a requirement for replacement of, or additional components for existing automatic cycle and/or pedestrian counters.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Renewal: The contract duration is for 3 Years with an option to extend for 12 months.
Solar Wayfinding MarkersAs part of the works to improve walking and cycling in and across the city, Glasgow City Clounci has a requirement for solar powered bi-directional path delineation road studs. Installations may be in any of the following locations; carriageway, footway or footpath.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Renewal: The contract duration is for 3 Years with an option to extend for 12 months.
Supply and Delivery of Cycle RacksThe council has a requirement for the supply and delivery of the two types of cycle racks listed below: - Cycle Rack A - Polyurethane Coating - Cycle Rack B - Brushed Stainless Steel All goods are to be supplied and delivered within the 6 to 8 weeks' timescale to the address listed in the ITT, the council will be responsible for the installation of the cycle racks which are intended for public locations within the Glasgow city boundary.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Renewal: Contract duration includes an option to extend for 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000614096
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR408283
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
38 - Laboratory, optical and precision equipments (excl. glasses)
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
-
- CPV Codes
31642000 - Electronic detection apparatus
34430000 - Bicycles
34920000 - Road equipment
34992200 - Road signs
34992300 - Street signs
35125100 - Sensors
38431000 - Detection apparatus
44112100 - Shelters
45233293 - Installation of street furniture
Notice Value(s)
- Tender Value
- £800,000 £500K-£1M
- Lots Value
- £800,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £800,000 £500K-£1M
Notice Dates
- Publication Date
- 2 Mar 20214 years ago
- Submission Deadline
- 26 Mar 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Oct 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 3 - 4 years
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Jay Mansfield, Linda O'Dell, Lindsay McGibbon
- Contact Email
- jay.mansfield@glasgow.gov.uk, linda.o'dell@glasgow.gov.uk, lindsay.mcgibbon@glasgow.gov.uk
- Contact Phone
- +44 1412876437, +44 1412876450, +44 1412876964
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 Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB381800
Cycle Infrastructure Framework - Glasgow City Council invites tender bids for the provision of a cycle infrastructure framework for the supply and delivery of cycle racks and for the supply, delivery and installation of secure cycle shelters within school playgrounds and bespoke shelters for public locations, as well cycle monitoring equipment. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR408283
Cycle Infrastructure Framework - Glasgow City Council invites tender bids for the provision of a cycle infrastructure framework for the supply and delivery of cycle racks and for the supply, delivery and installation of secure cycle shelters within school playgrounds and bespoke shelters for public locations, as well cycle monitoring equipment. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.
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-r6ebe6-0000614096-2021-03-02T00:00:00Z",
"date": "2021-03-02T00:00:00Z",
"ocid": "ocds-r6ebe6-0000614096",
"initiationType": "tender",
"parties": [
{
"id": "org-22",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Linda O'Dell",
"email": "linda.o'dell@glasgow.gov.uk",
"telephone": "+44 1412876437",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-8",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9TW"
},
"contactPoint": {
"telephone": "+141 4298888",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-12",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Jay Mansfield",
"email": "jay.mansfield@glasgow.gov.uk",
"telephone": "+44 1412876450",
"faxNumber": "+44 1412879399",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.glasgow.gov.uk"
}
},
{
"id": "org-153",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Lindsay McGibbon",
"email": "lindsay.mcgibbon@glasgow.gov.uk",
"telephone": "+44 1412876964",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-423",
"name": "Broxap Limited",
"identifier": {
"legalName": "Broxap Limited"
},
"address": {
"streetAddress": "Rowhurst Industrial Estate, Chesterton",
"locality": "Staffordshire",
"region": "UK",
"postalCode": "ST5 6BD"
},
"contactPoint": {
"telephone": "+44 1782571695",
"faxNumber": "+44 1782565357"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-424",
"name": "ABT Engineering",
"identifier": {
"legalName": "ABT Engineering"
},
"address": {
"streetAddress": "7 Colquhoun Avenue, Hillington Park",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G52 4BN"
},
"contactPoint": {
"telephone": "+44 1418832220"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-425",
"name": "Q-Free (Bristol) UK Limited",
"identifier": {
"legalName": "Q-Free (Bristol) UK Limited"
},
"address": {
"streetAddress": "30 Lynx Crescent",
"locality": "Weston-super-Mare",
"region": "UK",
"postalCode": "BS24 9BP"
},
"contactPoint": {
"telephone": "+44 1934644299"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-426",
"name": "Clearview Intelligence Ltd",
"identifier": {
"legalName": "Clearview Intelligence Ltd"
},
"address": {
"streetAddress": "Aurora House, Deltic Avenue, Rooksley",
"locality": "MILTON KEYNES",
"region": "UK",
"postalCode": "MK13 8LW"
},
"contactPoint": {
"telephone": "+44 1869362800",
"faxNumber": "+44 1869246858"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-59",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "PO Box 23, 1 Carlton Place",
"locality": "Glasgow"
},
"contactPoint": {
"telephone": "+44 1414298888",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-153"
},
"tender": {
"id": "GCC004918CPU",
"title": "Cycle Infrastructure Framework",
"description": "Glasgow City Council invites tender bids for the provision of a cycle infrastructure framework for the supply and delivery of cycle racks and for the supply, delivery and installation of secure cycle shelters within school playgrounds and bespoke shelters for public locations, as well cycle monitoring equipment. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.",
"status": "complete",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "44112100",
"scheme": "CPV"
},
{
"id": "45233293",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "35125100",
"scheme": "CPV"
},
{
"id": "34992300",
"scheme": "CPV"
},
{
"id": "34992200",
"scheme": "CPV"
},
{
"id": "31642000",
"scheme": "CPV"
},
{
"id": "38431000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "34920000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "4"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "45233293",
"scheme": "CPV"
},
{
"id": "44112100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 800000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-03-26T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-03-26T12:00:00Z"
},
"documents": [
{
"id": "FEB381800",
"documentType": "contractNotice",
"title": "Cycle Infrastructure Framework",
"description": "Glasgow City Council invites tender bids for the provision of a cycle infrastructure framework for the supply and delivery of cycle racks and for the supply, delivery and installation of secure cycle shelters within school playgrounds and bespoke shelters for public locations, as well cycle monitoring equipment. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB381800",
"format": "text/html"
},
{
"id": "MAR408283",
"documentType": "awardNotice",
"title": "Cycle Infrastructure Framework",
"description": "Glasgow City Council invites tender bids for the provision of a cycle infrastructure framework for the supply and delivery of cycle racks and for the supply, delivery and installation of secure cycle shelters within school playgrounds and bespoke shelters for public locations, as well cycle monitoring equipment. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR408283",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "Supply, Delivery and Installation of Secure Cycle Shelters",
"description": "Glasgow City Council has a requirement for the supply, delivery and installation of a number of different secure lockable free standing shelters. These secure shelters will prevent unauthorised access to the enclosures and will be sited on allocated space on-street or within school premises within the Glasgow city boundary. All goods must be of the highest quality, manufactured to the highest standard and must meet the relevant industry standard. The delivery location and installation timetable of each secure cycle shelter will be advised at call off with all goods and / or materials properly packed and securely delivered at the time and place requested. Full technical specification is provided for each shelter type.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "complete",
"value": {
"amount": 640000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality of Products",
"description": "35"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The contract duration is for 3 Years with an option to extend for 12 months."
}
},
{
"id": "3",
"title": "Automatic Cycle and Pedestrian Counters",
"description": "has a requirement for the provision of automatic cycle and pedestrian counters. In addition there is a requirement for replacement of, or additional components for existing automatic cycle and/or pedestrian counters.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "complete",
"value": {
"amount": 40000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality of Products",
"description": "30"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The contract duration is for 3 Years with an option to extend for 12 months."
}
},
{
"id": "4",
"title": "Solar Wayfinding Markers",
"description": "As part of the works to improve walking and cycling in and across the city, Glasgow City Clounci has a requirement for solar powered bi-directional path delineation road studs. Installations may be in any of the following locations; carriageway, footway or footpath.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "complete",
"value": {
"amount": 40000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality of Products",
"description": "30"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The contract duration is for 3 Years with an option to extend for 12 months."
}
},
{
"id": "1",
"title": "Supply and Delivery of Cycle Racks",
"description": "The council has a requirement for the supply and delivery of the two types of cycle racks listed below: - Cycle Rack A - Polyurethane Coating - Cycle Rack B - Brushed Stainless Steel All goods are to be supplied and delivered within the 6 to 8 weeks' timescale to the address listed in the ITT, the council will be responsible for the installation of the cycle racks which are intended for public locations within the Glasgow city boundary.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "complete",
"value": {
"amount": 80000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality of Products",
"description": "35"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Contract duration includes an option to extend for 12 months."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2020-03-26T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Not applicable to this procurement exercise"
},
{
"type": "economic",
"description": "ESPD 4B.5.1 and 4B.5.2 Statement It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below for all lots: Employer's (Compulsory) Liability Insurance = 10 million GBP Public Liability Insurance = 5 million GBP Product Liability Insurance = 5 million GBP Professional Indemnity Insurance for lots 2, 3 and 4 = 1 million GBP 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 should be calculated on latest filed accounts with Company House. For non-UK Companies, ratios should be calculated on information contained in most recent audited accounts. Trading Performance Ratio An overall positive outcome on pre-tax profit to Turnover over a 3 year period Exceptional items, occurring in the normal course of business, 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, Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities 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. Full details are stated in the procurement documents. The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. Applicants who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. The Council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract following a mini-competition should the Applicant no longer meet the requirements set out in this ESPD."
},
{
"type": "technical",
"description": "NOTE: In PCS-T, responses to 4C.1 should be given as clearly labelled attachments to this question. ESPD 4C.1 Statement Bidders will be required to provide examples of the supply of goods and/or of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice, and as further detailed in the ITT. ESPD 4C.10 Statement Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
"minimum": "Please refer to the ESPD Statements document uploaded to the Buyers Attachment area in PCS-T"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 8
}
},
"classification": {
"id": "34430000",
"scheme": "CPV"
},
"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 Sherriff 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.",
"hasRecurrence": true,
"recurrence": {
"description": "3 - 4 years"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-24",
"description": "Contract Notice Changes Contract Notice changes II.1.5 Estimated Total Value 800,000.00 GBP - changed to 840,000.00 GBP Lot 2 Changes II.2.6 Estimated Value 640,000.00 GBP - changed to 680,000.00 GBP Administrative Changes IV.2.2 Closing Date 26/03/2020 - Changed to 29/05/2020"
}
]
},
"language": "EN",
"description": "Health & Safety -- the H&S Questionnaire is contained as an attachment within PCS-T. Applicants must respond to the H&S Questionnaire as part of their submission. Documented evidence validating responses provided to the H&S Questionnaire will require to be provided. As Health & Safety is pass/fail criteria, failure to provide a completed questionnaire and/or provide the evidence requested may result in your organisation being assessed as having failed. 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 contained as an attachment within PCS-T (NB the council does not bind itself to withhold this information). Tenderers Amendments -- Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate that is contained as an attachment within PCS-T. Prompt Payment -- The successful tenderer 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. Applicants will be required to complete the prompt payment certificate contained as an attachment within PCS-T. Non Collusion -- Applicants will be required to complete the Non Collusion certificate. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which is contained as an attachment within PCS-T 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 as an attachment within PCS-T. Additional information pertaining to this contract notice is contained in the Invitation to Tender and ESPD statement documents situated within the buyers attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. In relation to this Invitation to Tender, Bidders are asked to note that [the following Affiliated Bodies may participate in this contract: City Building (Contracts) LLP; City Building (Glasgow) LLP; Culture and Sport Glasgow (Branded as Glasgow Life); Culture and Sport Glasgow (Trading) CIC; City Parking (Glasgow) LLP; City Property (Glasgow) LLP; City Property (Investments) LLP and Jobs and Business Glasgow Ltd (SC Ref:645981)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000614096"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000614096"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000614096"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "GCC004918CPU-1",
"title": "Supply, Delivery and Installation of Secure Cycle Shelters",
"suppliers": [
{
"id": "org-423",
"name": "Broxap Limited"
}
],
"relatedLots": [
"2"
]
},
{
"id": "GCC004918CPU-2",
"title": "Supply and Delivery of Cycle Racks",
"suppliers": [
{
"id": "org-424",
"name": "ABT Engineering"
}
],
"relatedLots": [
"1"
]
},
{
"id": "GCC004918CPU-3",
"title": "Automatic Cycle and Pedestrian Counters",
"suppliers": [
{
"id": "org-425",
"name": "Q-Free (Bristol) UK Limited"
}
],
"relatedLots": [
"3"
]
},
{
"id": "GCC004918CPU-4",
"title": "Solar Wayfinding Markers",
"suppliers": [
{
"id": "org-426",
"name": "Clearview Intelligence Ltd"
}
],
"relatedLots": [
"4"
]
}
],
"contracts": [
{
"id": "GCC004918CPU-1",
"awardID": "GCC004918CPU-1",
"title": "Supply, Delivery and Installation of Secure Cycle Shelters",
"status": "active",
"value": {
"amount": 680000,
"currency": "GBP"
},
"dateSigned": "2020-10-14T00:00:00Z"
},
{
"id": "GCC004918CPU-2",
"awardID": "GCC004918CPU-2",
"title": "Supply and Delivery of Cycle Racks",
"status": "active",
"value": {
"amount": 80000,
"currency": "GBP"
},
"dateSigned": "2020-10-14T00:00:00Z"
},
{
"id": "GCC004918CPU-3",
"awardID": "GCC004918CPU-3",
"title": "Automatic Cycle and Pedestrian Counters",
"status": "active",
"value": {
"amount": 40000,
"currency": "GBP"
},
"dateSigned": "2020-10-14T00:00:00Z"
},
{
"id": "GCC004918CPU-4",
"awardID": "GCC004918CPU-4",
"title": "Solar Wayfinding Markers",
"status": "active",
"value": {
"amount": 40000,
"currency": "GBP"
},
"dateSigned": "2020-10-14T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 040-095848"
}
],
"bids": {
"statistics": [
{
"id": "1105",
"measure": "bids",
"value": 2,
"relatedLot": "2"
},
{
"id": "1106",
"measure": "smeBids",
"value": 1,
"relatedLot": "2"
},
{
"id": "1107",
"measure": "foreignBidsFromEU",
"value": 2,
"relatedLot": "2"
},
{
"id": "1108",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "1109",
"measure": "electronicBids",
"value": 2,
"relatedLot": "2"
},
{
"id": "1110",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "1111",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "1112",
"measure": "foreignBidsFromEU",
"value": 2,
"relatedLot": "1"
},
{
"id": "1113",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1114",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "1115",
"measure": "bids",
"value": 1,
"relatedLot": "3"
},
{
"id": "1116",
"measure": "smeBids",
"value": 0,
"relatedLot": "3"
},
{
"id": "1117",
"measure": "foreignBidsFromEU",
"value": 1,
"relatedLot": "3"
},
{
"id": "1118",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "1119",
"measure": "electronicBids",
"value": 1,
"relatedLot": "3"
},
{
"id": "1120",
"measure": "bids",
"value": 1,
"relatedLot": "4"
},
{
"id": "1121",
"measure": "smeBids",
"value": 1,
"relatedLot": "4"
},
{
"id": "1122",
"measure": "foreignBidsFromEU",
"value": 1,
"relatedLot": "4"
},
{
"id": "1123",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "4"
},
{
"id": "1124",
"measure": "electronicBids",
"value": 1,
"relatedLot": "4"
}
]
}
}