Tender

The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

21 Mar 2024 at 00:00

Summary of the contracting process

The Glasgow City Council has announced a tender opportunity for "The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units". The procurement process is at the planning stage, with the tender period ending on 22nd April 2024. The total contract value is £2,500,000 GBP. The opportunity is in the goods category and is a public procurement conducted through an open procedure. The buying organisation, Glasgow City Council, is located in Glasgow, UK, with the procurement method detailed on their website.

This tender presents an opportunity for businesses to participate in expanding Glasgow City Council's Secure On Street Cycle Storage Scheme. Companies specialising in supply, installation, and maintenance services for secure cycle infrastructure would be well-suited to compete. The contract has a potential duration of 5 years from 1st July 2024, with options for extension. Interested businesses must adhere to specific financial requirements and must have relevant experience in delivering similar schemes to qualify for consideration.

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 Secure Cycle Storage Units

Notice Description

The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units. The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Storage Scheme. This will include the supply, installation, management, and maintenance of new secure cycle shelters. The supplier shall be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires. There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027.

Lot Information

Lot 1

The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Parking scheme. This includes the supply, installation, management, and maintenance of up to 500 new secure cycle shelters. The supplier shall also be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires, anticipated 2024. There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027. This contract is expected to run for 5 years, anticipated start date 1 July 2024 and ending on 30 June 2029. The council will have the option to extend the contract for 2 periods of up to 12 months which will be exercised by the council serving notice on the supplier in accordance with the council's Terms and Conditions.

Renewal: The council will have the option to extend the contract for 2 periods of up to 12 months which will be exercised by the council serving notice on the supplier in accordance with the council's Terms and Conditions.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000761735
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR501518
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

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
£2,500,000 £1M-£10M
Lots Value
£2,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Mar 20241 years ago
Submission Deadline
22 Apr 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Not specified
Contact Email
lesley.thomson2@glasgow.gov.uk
Contact Phone
+44 1412878637

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=MAR501518
    The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units - The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units. The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Storage Scheme. This will include the supply, installation, management, and maintenance of new secure cycle shelters. The supplier shall be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires. There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027.

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-r6ebe6-0000761735-2024-03-21T00:00:00Z",
    "date": "2024-03-21T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000761735",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-53",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers, 40 John Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "Lesley.Thomson2@glasgow.gov.uk",
                "telephone": "+44 1412878637",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "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-15",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerk's Office, PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-53"
    },
    "tender": {
        "id": "GCC005733CPU",
        "title": "The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units",
        "description": "The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units. The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Storage Scheme. This will include the supply, installation, management, and maintenance of new secure cycle shelters. The supplier shall be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires. There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "63121100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39173000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34913510",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44421700",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44500000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 2500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2024-04-22T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-04-22T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR501518",
                "documentType": "contractNotice",
                "title": "The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units",
                "description": "The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units. The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Storage Scheme. This will include the supply, installation, management, and maintenance of new secure cycle shelters. The supplier shall be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires. There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR501518",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Parking scheme. This includes the supply, installation, management, and maintenance of up to 500 new secure cycle shelters. The supplier shall also be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires, anticipated 2024. There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027. This contract is expected to run for 5 years, anticipated start date 1 July 2024 and ending on 30 June 2029. The council will have the option to extend the contract for 2 periods of up to 12 months which will be exercised by the council serving notice on the supplier in accordance with the council's Terms and Conditions.",
                "status": "active",
                "value": {
                    "amount": 2500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Booking System/Test Site",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The council will have the option to extend the contract for 2 periods of up to 12 months which will be exercised by the council serving notice on the supplier in accordance with the council's Terms and Conditions."
                }
            }
        ],
        "bidOpening": {
            "date": "2024-04-22T12:00:00Z",
            "address": {
                "streetAddress": "Glasgow City Council, City Chambers, 40 John Street, Glasgow, G2 1DU"
            },
            "description": "Procurement Officer"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Key Performance Indicators will be listed under Section 4.17 of the ITT Document."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Financial Requirements:- In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted:- 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. If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with. 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 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. 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 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 at least FIVE MILLION POUNDS STERLING (5000000 GBP) 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 (5000000 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. Should the Bidder not have the specified insurances at the time of tendering, then the Bidder must certify in their response to this Invitation to Tender that the specified insurance will be obtained."
                },
                {
                    "type": "technical",
                    "description": "Bidders are required to provide two relevant examples of your organisations recent experience (within the last 5 years) in delivering a Secure on Street Cycle Parking Scheme similar in scale as specified in the Contract Notice and Section 4 of the Invitation to Tender (ITT) Document. Please refer to the ITT Document and the SPD for further details.",
                    "minimum": "The weighting will be out of 100% with 50% attributed to each example. Bidders must achieve the minimum threshold score of 60% overall over the two examples. Any Bidder who fails to achieve the minimum points score will be disqualified at this stage."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "39173000",
            "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 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.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants must hold the certificates for Quality Control and Environmental Management Standards or comply with all the questions noted in SPD Section 4D. 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 (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. 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. 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, contained in the buyers attachments area within the PCS Tender portal 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 within the buyers attachments area within the PCS Tender portal. Additional information pertaining to this contract notice is contained in the Invitation to Tender and SPD Statements documents situated within the buyers attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26377. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Mandatory Community Benefits information detailed within Section 5 of the ITT document. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26377. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: A summary of the expected community benefits has been provided as follows: Mandatory Community Benefits requirements as detailed within Section 5 of the ITT document. (SC Ref:761735)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000761735"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}