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, the supply, delivery and installation of secure cycle shelters within school playgrounds and council depots and supply, delivery and installation of 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 SPD (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 Contract Notice when completing the SPD in PCS-T.
Lot Information
Supply and Delivery of Cycle Racks
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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Automatic Cycle and Pedestrian CountersGlasgow City Council 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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Supply, Delivery and Installation of Secure Cycle SheltersGlasgow City Council has a requirement for the supply, delivery and installation of a variety of secure lockable free standing shelters. These secure shelters will prevent unauthorised access to the enclosures and will be sited on allocated space within school premises and council depots 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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000768886
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV517549
- 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
- SME
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
34992200 - Road signs
34992300 - Street signs
35125100 - Sensors
38431000 - Detection apparatus
44112100 - Shelters
45233293 - Installation of street furniture
Notice Value(s)
- Tender Value
- £2,000,000 £1M-£10M
- Lots Value
- £2,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £2,273,502 £1M-£10M
Notice Dates
- Publication Date
- 4 Nov 20241 years ago
- Submission Deadline
- 12 Aug 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 22 Oct 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- This is a recurring framework the next iteration of the framework is anticipated to be advertised Early 2028
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
- Iain Miller, Lindsay McGibbon
- Contact Email
- iain.miller@gov.scot, lindsay.mcgibbon@glasgow.gov.uk
- Contact Phone
- +44 1412872000, +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=JUL509653
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, the supply, delivery and installation of secure cycle shelters within school playgrounds and council depots and supply, delivery and installation of 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 SPD (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 Contract Notice when completing the SPD in PCS-T. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV517549
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, the supply, delivery and installation of secure cycle shelters within school playgrounds and council depots and supply, delivery and installation of 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 SPD (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 Contract Notice when completing the SPD in PCS-T.
Notice URLs
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-r6ebe6-0000768886-2024-11-04T00:00:00Z",
"date": "2024-11-04T00:00:00Z",
"ocid": "ocds-r6ebe6-0000768886",
"initiationType": "tender",
"parties": [
{
"id": "org-24",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "40 John St, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Iain Miller",
"email": "iain.miller@gov.scot",
"telephone": "+44 1412872000",
"url": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"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-78",
"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"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk",
"telephone": "+44 1414298888",
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-355",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "40 John St, 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"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-356",
"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": "sme",
"url": "http://"
}
},
{
"id": "org-357",
"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": "sme",
"url": "http://"
}
},
{
"id": "org-61",
"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-355"
},
"tender": {
"id": "GCC006117CPU",
"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, the supply, delivery and installation of secure cycle shelters within school playgrounds and council depots and supply, delivery and installation of 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 SPD (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 Contract Notice when completing the SPD in PCS-T.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45233293",
"scheme": "CPV"
},
{
"id": "44112100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow, UK"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "35125100",
"scheme": "CPV"
},
{
"id": "34992300",
"scheme": "CPV"
},
{
"id": "34992200",
"scheme": "CPV"
},
{
"id": "31642000",
"scheme": "CPV"
},
{
"id": "38431000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow, UK"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "3"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "44112100",
"scheme": "CPV"
},
{
"id": "45233293",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow, UK"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 2000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2024-08-12T12:00:00Z"
},
"awardPeriod": {
"startDate": "2024-08-12T12:00:00Z"
},
"documents": [
{
"id": "JUL509653",
"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, the supply, delivery and installation of secure cycle shelters within school playgrounds and council depots and supply, delivery and installation of 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 SPD (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 Contract Notice when completing the SPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL509653",
"format": "text/html"
},
{
"id": "NOV517549",
"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, the supply, delivery and installation of secure cycle shelters within school playgrounds and council depots and supply, delivery and installation of 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 SPD (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 Contract Notice when completing the SPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV517549",
"format": "text/html"
}
],
"lots": [
{
"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 they 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": "Delivery",
"description": "30"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "3",
"title": "Automatic Cycle and Pedestrian Counters",
"description": "Glasgow City Council 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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "complete",
"value": {
"amount": 771000,
"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": false
},
{
"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 variety of secure lockable free standing shelters. These secure shelters will prevent unauthorised access to the enclosures and will be sited on allocated space within school premises and council depots 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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "complete",
"value": {
"amount": 1189000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Programme and Delivery",
"description": "20"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2024-08-12T12:00:00Z",
"address": {
"streetAddress": "Glasgow, UK"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Not applicable for this procurement exercise"
},
{
"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 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 A bidder should have no outstanding issues, with regard to statutory filing requirements with Companies House. 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 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": "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"
},
{
"type": "technical",
"description": "NOTE: In PCS-T, responses to 4C.1.2 should be given as clearly labelled attachments to this question. Responses for the remaining 4C questions (if any) should be clearly labelled and attached to the General Attachments area in PCS-T. Suppliers must have regard for all statements when submitting responses. SPD 4C.1.2 Statement Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice and as further detailed in the ITT"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 7
}
},
"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 conclude the framework agreement. 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 dispatch 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 conclude the framework agreement 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": "This is a recurring framework the next iteration of the framework is anticipated to be advertised Early 2028"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Health & Safety -- the H&S Questionnaire is contained as an attachment within PCS-T. Bidders 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. Bidders 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 -- Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders 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 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:781519)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000768886"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000768886"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "GCC006117CPU-1",
"title": "Automatic Cycle and Pedestrian Counters",
"suppliers": [
{
"id": "org-356",
"name": "Q-Free (Bristol) UK Limited"
}
],
"relatedLots": [
"3"
]
},
{
"id": "GCC006117CPU-2",
"title": "Supply, Delivery and Installation of Secure Cycle Shelters",
"suppliers": [
{
"id": "org-357",
"name": "Broxap Limited"
}
],
"relatedLots": [
"2"
]
},
{
"id": "GCC006117CPU-3",
"title": "Supply and Delivery of Cycle Racks",
"suppliers": [
{
"id": "org-357",
"name": "Broxap Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "GCC006117CPU-1",
"awardID": "GCC006117CPU-1",
"title": "Automatic Cycle and Pedestrian Counters",
"status": "active",
"value": {
"amount": 857142,
"currency": "GBP"
},
"dateSigned": "2024-10-22T00:00:00Z"
},
{
"id": "GCC006117CPU-2",
"awardID": "GCC006117CPU-2",
"title": "Supply, Delivery and Installation of Secure Cycle Shelters",
"status": "active",
"value": {
"amount": 1367520,
"currency": "GBP"
},
"dateSigned": "2024-10-22T00:00:00Z"
},
{
"id": "GCC006117CPU-3",
"awardID": "GCC006117CPU-3",
"title": "Supply and Delivery of Cycle Racks",
"status": "active",
"value": {
"amount": 48840,
"currency": "GBP"
},
"dateSigned": "2024-10-22T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2024/S 000-021246"
}
],
"bids": {
"statistics": [
{
"id": "1447",
"measure": "bids",
"value": 2,
"relatedLot": "3"
},
{
"id": "1448",
"measure": "smeBids",
"value": 2,
"relatedLot": "3"
},
{
"id": "1449",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "1450",
"measure": "foreignBidsFromNonEU",
"value": 2,
"relatedLot": "3"
},
{
"id": "1451",
"measure": "electronicBids",
"value": 2,
"relatedLot": "3"
},
{
"id": "1452",
"measure": "bids",
"value": 1,
"relatedLot": "2"
},
{
"id": "1453",
"measure": "smeBids",
"value": 1,
"relatedLot": "2"
},
{
"id": "1454",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "1455",
"measure": "foreignBidsFromNonEU",
"value": 1,
"relatedLot": "2"
},
{
"id": "1456",
"measure": "electronicBids",
"value": 1,
"relatedLot": "2"
},
{
"id": "1457",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "1458",
"measure": "smeBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "1459",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1460",
"measure": "foreignBidsFromNonEU",
"value": 5,
"relatedLot": "1"
},
{
"id": "1461",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
}
]
}
}