Notice Information
Notice Title
Pilot of a Secure on Street Cycle Storage scheme
Notice Description
The council invites bids for the Provision of Pilot of a Secure on-Street Cycle Storage Scheme including; infrastructure, scheduled maintenance, adhoc repairs and entire management of the facilities scheme.
Lot Information
Lot 1
The main objective of this procurement exercise is that the council is looking to appoint one bidder to provide all of the following four categories below: Category 1: Supply and Installation of shelters Category 2: Provision of a booking system to the public and key management Category 3 Scheduled Maintenance Category 4 Adhoc Repairs The contract is expected to run for 3 years, commencing 23 February 2021 and ending on 22 February 2024. The council will have an option to extend the contract for a period of up to 12 months which will be exercised by the council serving notice on the Bidder in accordance with the council's Terms and Conditions
Renewal: Subject to funding this contract will be re-tendered either before the expiry of the contract or before the extension period expires.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000638055
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR411843
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award 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
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
-
- CPV Codes
44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
Notice Value(s)
- Tender Value
- £49,000 Under £100K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £490,000 £100K-£500K
Notice Dates
- Publication Date
- 12 Apr 20214 years ago
- Submission Deadline
- 22 Jan 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Mar 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 6 months before expiry of the contract or 6 months before expiry of year 12 month extension, whichever comes first.
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
- Kim Mackenzie
- Contact Email
- caroline.dougan@glasgow.gov.uk, kim.mackenzie@ced.glasgow.gov.uk
- Contact Phone
- +44 1412876834
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=DEC401349
Pilot of a Secure on Street Cycle Storage scheme - The council invites bids for the Provision of Pilot of a Secure on-Street Cycle Storage Scheme including; infrastructure, scheduled maintenance, adhoc repairs and entire management of the facilities scheme. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR411843
Pilot of a Secure on Street Cycle Storage scheme - The council invites bids for the Provision of Pilot of a Secure on-Street Cycle Storage Scheme including; infrastructure, scheduled maintenance, adhoc repairs and entire management of the facilities scheme.
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-r6ebe6-0000638055-2021-04-12T00:00:00Z",
"date": "2021-04-12T00:00:00Z",
"ocid": "ocds-r6ebe6-0000638055",
"initiationType": "tender",
"parties": [
{
"id": "org-86",
"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": "Kim Mackenzie",
"email": "kim.mackenzie@ced.glasgow.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-23",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9TW"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-301",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"email": "caroline.dougan@glasgow.gov.uk",
"telephone": "+44 1412876834",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-302",
"name": "Cyclehoop Ltd",
"identifier": {
"legalName": "Cyclehoop Ltd"
},
"address": {
"streetAddress": "Unit 1 Burnham Way, Kangley Bridge Road",
"locality": "London",
"region": "UKI",
"postalCode": "SE26 5AG"
},
"contactPoint": {
"email": "gavin@cyclehoop.com",
"telephone": "+44 02086991338"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-119",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9TW"
},
"contactPoint": {
"telephone": "+44 1414298888",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-301"
},
"tender": {
"id": "GCC005264CPU",
"title": "Pilot of a Secure on Street Cycle Storage scheme",
"description": "The council invites bids for the Provision of Pilot of a Secure on-Street Cycle Storage Scheme including; infrastructure, scheduled maintenance, adhoc repairs and entire management of the facilities scheme.",
"status": "complete",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "Glasgow Area"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 49000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-01-22T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-01-22T12:00:00Z"
},
"documents": [
{
"id": "DEC401349",
"documentType": "contractNotice",
"title": "Pilot of a Secure on Street Cycle Storage scheme",
"description": "The council invites bids for the Provision of Pilot of a Secure on-Street Cycle Storage Scheme including; infrastructure, scheduled maintenance, adhoc repairs and entire management of the facilities scheme.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC401349",
"format": "text/html"
},
{
"id": "APR411843",
"documentType": "awardNotice",
"title": "Pilot of a Secure on Street Cycle Storage scheme",
"description": "The council invites bids for the Provision of Pilot of a Secure on-Street Cycle Storage Scheme including; infrastructure, scheduled maintenance, adhoc repairs and entire management of the facilities scheme.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR411843",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The main objective of this procurement exercise is that the council is looking to appoint one bidder to provide all of the following four categories below: Category 1: Supply and Installation of shelters Category 2: Provision of a booking system to the public and key management Category 3 Scheduled Maintenance Category 4 Adhoc Repairs The contract is expected to run for 3 years, commencing 23 February 2021 and ending on 22 February 2024. The council will have an option to extend the contract for a period of up to 12 months which will be exercised by the council serving notice on the Bidder in accordance with the council's Terms and Conditions",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Data Protection",
"description": "6"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Subject to funding this contract will be re-tendered either before the expiry of the contract or before the extension period expires."
}
}
],
"bidOpening": {
"date": "2021-01-22T12:00:00Z"
},
"contractTerms": {
"performanceTerms": "Key Performance Indicators for The Pilot of a Secure on Street Cycle Storage scheme will be listed under Section 4.17 within the Document one - ITT document (found within the Buyers Attachment area within PCS-T."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"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 and current liquidity. Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Company 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 and or 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 Bidders 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. Bidders 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 also required assurance regarding current liquidity of the bidding company. The bidder may provide a Letter of Comfort from its own bank to satisfy the above financial requirements. The council would also be prepared to consider other documentation that provided evidence that the bidder has adequate financial resources to undertake the contract \"Where a Bidder is a group of economic operators (Such as a Consortium), the Lead Party of that\" Group must comply with the minimum financial requirements. Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their two (2) most recent sets of annual audited accounts including profit and loss information. The council reserves the right at its own discretion to seek such other information from the Bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.",
"minimum": "Glasgow City Council's Insurance Requirements are: Employer's Liability The organisation shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of a minimum TEN MILLION (10000000.00) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability Pollution The organisation shall take out and maintain throughout the period of their services Public Liability Insurance to the value of at least FIVE MILLION POUNDS STERLING (5000000.00) in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate. Products Liability The organisation shall take out and maintain throughout the period of their services Products Liability insurance to the value of a minimum of FIVE MILLION (5000000.00) POUNDS STERLING in respect of any one claim and in the aggregate. Contract Works Insurance The organisation shall take out and maintain throughout the period of their services, Contract Works insurance to the value of the contract. Professional Indemnity Insurance The organisation shall take out and maintain throughout the period of their services and for a further 3 years on completion of their service, Professional Indemnity insurance to the value of a minimum of FIVE HUNDRED THOUSAND (500000.00) 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 other EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained prior to contract award."
},
{
"type": "technical",
"description": "Please provide one relevant example of your organisations recent (within the last 3 years) experience in delivering a Secure on Street Cycle Shelter Scheme similar in scale as specified in the Contract Notice and scope of service Section 4. Your example should include details of but not be limited to: Your track record in supplying a successful secure on street cycle storage scheme. A brief description of this service provided for (supply and installation of shelters) similar to the shelters detailed in the Section 4 A brief description of your online portal managed service. (Example from both public and/or private sector customers and clients may be provided)",
"minimum": "A minimum pass mark of 60% is required for the Technical and Professional ability question. Any Bidder who fails to achieve the minimum score for this question will be excluded at this stage."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "44000000",
"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 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 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": "6 months before expiry of the contract or 6 months before expiry of year 12 month extension, whichever comes first."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 240-594918"
}
],
"description": "(SC Ref:647339)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000638055"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000638055"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "GCC005264CPU",
"suppliers": [
{
"id": "org-302",
"name": "Cyclehoop Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "GCC005264CPU",
"awardID": "GCC005264CPU",
"status": "active",
"value": {
"amount": 490000,
"currency": "GBP"
},
"dateSigned": "2021-03-03T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "737",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "738",
"measure": "smeBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "739",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "740",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "741",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}