Tender

Glasgow Bike Hire Scheme 2025

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

01 Apr 2025 at 00:00

Summary of the contracting process

Glasgow City Council is initiating a tender for the "Glasgow Bike Hire Scheme 2025," aimed at the general public services sector in Glasgow, UKM82. This procurement process is in the tender stage with key dates including the close of the tender period on 13 May 2025 at 12:00 PM, which is also the start date for the award period. The Council seeks the services of an experienced cycle hire operator to manage a bike hire scheme from council-provided stations throughout Glasgow. The contract, valued at GBP 1,000,000, will be awarded to a single operator via an open procedure, which also entails electronic submission through Public Contracts Scotland.

This tender presents growth opportunities for businesses in the cycling and public transport integration sectors. Suitably experienced companies, particularly those specializing in automated bike hire facilities, can benefit from exclusive access to bike hire stations across Glasgow City Centre. The scheme aims to improve public transport interchange and enhance local point-to-point journeys, making it ideal for businesses with a strong background in innovative transport solutions and community-focused projects. Additionally, involvement in this project could bolster corporate social responsibility profiles through mandated community benefits, requiring bidders to address socio-economic outcomes and contribute to local community development.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Glasgow Bike Hire Scheme 2025

Notice Description

Glasgow City Council has a requirement to appoint a suitably experienced cycle hire operator to provide a C Cycle Hire scheme operating from Council provided Stations within the City of Glasgow. The Council shall award the contract to a single operator and provide exclusive access to these stations, subject to the terms of the Contract. The Service Provider will provide for a network of cycles allowing the public access to automated bike hire facilities using a cost structure which encourages localised point to point journeys within Glasgow City Centre and its environs. The Scheme is essentially seen as an extension of the public transport infrastructure, enabling improved interchange between subway, rail and bus stations and extending the range of access to key destinations and trip attractors in the City.

Lot Information

Lot 1

Glasgow City Council is inviting proposals from suitably experienced cycle hire operators to provide a Mass Automated Cycle Hire (MACH) scheme operating from Council provided MACH Stations within the City of Glasgow. The Council will award the contract to a Supplier, who will have exclusive access to these MACH stations, subject to the terms of the Contract. The Supplier will provide for a network of cycles allowing the public access to automated bike hire facilities using a cost structure which encourages localised point to point journeys within Glasgow City Centre and its environs. The MACH scheme is essentially seen as an extension of the public transport infrastructure, enabling improved interchange between subway, rail and bus stations and extending the range of access to key destinations and trip attractors in the City. 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.

Renewal: contract will be in place for 3 year plus potential 2 x 12 month extensions

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000794519
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR527269
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

60 - Transport services (excl. Waste transport)


CPV Codes

60112000 - Public road transport services

Notice Value(s)

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

Notice Dates

Publication Date
1 Apr 202510 months ago
Submission Deadline
13 May 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
january 2028

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
Caroline Dougan
Contact Email
caroline.dougan@glasgow.gov.uk
Contact Phone
+44 1412876845

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=APR527269
    Glasgow Bike Hire Scheme 2025 - Glasgow City Council has a requirement to appoint a suitably experienced cycle hire operator to provide a C Cycle Hire scheme operating from Council provided Stations within the City of Glasgow. The Council shall award the contract to a single operator and provide exclusive access to these stations, subject to the terms of the Contract. The Service Provider will provide for a network of cycles allowing the public access to automated bike hire facilities using a cost structure which encourages localised point to point journeys within Glasgow City Centre and its environs. The Scheme is essentially seen as an extension of the public transport infrastructure, enabling improved interchange between subway, rail and bus stations and extending the range of access to key destinations and trip attractors in the City.

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-r6ebe6-0000794519-2025-04-01T00:00:00Z",
    "date": "2025-04-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000794519",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-37",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Caroline Dougan",
                "email": "caroline.dougan@glasgow.gov.uk",
                "telephone": "+44 1412876845",
                "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-34",
            "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 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-37"
    },
    "tender": {
        "id": "GCC006234CPU",
        "title": "Glasgow Bike Hire Scheme 2025",
        "description": "Glasgow City Council has a requirement to appoint a suitably experienced cycle hire operator to provide a C Cycle Hire scheme operating from Council provided Stations within the City of Glasgow. The Council shall award the contract to a single operator and provide exclusive access to these stations, subject to the terms of the Contract. The Service Provider will provide for a network of cycles allowing the public access to automated bike hire facilities using a cost structure which encourages localised point to point journeys within Glasgow City Centre and its environs. The Scheme is essentially seen as an extension of the public transport infrastructure, enabling improved interchange between subway, rail and bus stations and extending the range of access to key destinations and trip attractors in the City.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2025-05-13T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2025-05-13T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR527269",
                "documentType": "contractNotice",
                "title": "Glasgow Bike Hire Scheme 2025",
                "description": "Glasgow City Council has a requirement to appoint a suitably experienced cycle hire operator to provide a C Cycle Hire scheme operating from Council provided Stations within the City of Glasgow. The Council shall award the contract to a single operator and provide exclusive access to these stations, subject to the terms of the Contract. The Service Provider will provide for a network of cycles allowing the public access to automated bike hire facilities using a cost structure which encourages localised point to point journeys within Glasgow City Centre and its environs. The Scheme is essentially seen as an extension of the public transport infrastructure, enabling improved interchange between subway, rail and bus stations and extending the range of access to key destinations and trip attractors in the City.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR527269",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Glasgow City Council is inviting proposals from suitably experienced cycle hire operators to provide a Mass Automated Cycle Hire (MACH) scheme operating from Council provided MACH Stations within the City of Glasgow. The Council will award the contract to a Supplier, who will have exclusive access to these MACH stations, subject to the terms of the Contract. The Supplier will provide for a network of cycles allowing the public access to automated bike hire facilities using a cost structure which encourages localised point to point journeys within Glasgow City Centre and its environs. The MACH scheme is essentially seen as an extension of the public transport infrastructure, enabling improved interchange between subway, rail and bus stations and extending the range of access to key destinations and trip attractors in the City. 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": "active",
                "value": {
                    "amount": 1000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "55"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "contract will be in place for 3 year plus potential 2 x 12 month extensions"
                }
            }
        ],
        "bidOpening": {
            "date": "2025-05-13T12:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "As per ITT document"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "N/A"
                },
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects trading performance and balance sheet strength Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House Trading Performance An overall positive outcome on pre tax profits over a 3 year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover Balance Sheet strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities Companies that are only required to file abbreviated accounts, must submit full sets of accounts for the last two individual years filed, in order for the three year profitability requirement to be verified An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Glasgow City Council will be prepared to consider applications from companies who currently do not comply with the financial requirements specifically set out for the trading and balance sheet strength ratios. The above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the above financial requirements. Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing",
                    "minimum": "Employer's Liability The organisation shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of a minimum TEN MILLION (10,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation shall take out and maintain throughout the period of their services Public Liability insurance to the value of a minimum of FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Products Liability The organisation shall take out and maintain throughout the period of their services Products Liability insurance to the value of a minimum of FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate. Glasgow City Council also requires that the successful bidder will retain a sufficient level of Professional Indemnity Insurance required to cover any services to be performed within the scope of the contract. The organisation shall take out and maintain throughout the period of their services and for a further 1 year on completion of their service, Professional Indemnity insurance to the value of a minimum of ONE MILLION (1,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case."
                },
                {
                    "type": "technical",
                    "description": "Q4C.1 SPD(S) Question Please provide relevant examples of services carried out during the last five years as specified in the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided) SPD(S) Statement? Please refer to ITT and technical experience template for further information on criteria",
                    "minimum": "Bidders should also note that a minimum threshold score of 50% is required to be achieved overall in this question, in order to proceed to ITT stage Please also refer to ITT for all details"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "60112000",
            "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 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": true,
        "recurrence": {
            "description": "january 2028"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Bidders must comply with all questions noted in SPD Section 4D. Health & Safety - bidders must complete and return the H&S questionnaire found in the Buyers Attachments area of the tender portal. Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Tenderers 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 in the Technical Envelope within the PCS Tender portal (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 within the Technical Envelope within PCS Tender portal. 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. Tenderers will be required to complete the prompt payment certificate contained in the Technical Envelope within PCS Tender portal. Non-Collusion - Tenderers will be required to complete the Non-Collusion certificate contained in the Technical Envelope within the PCS Tender portal. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the Technical Envelope 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 suppliers 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 within the Invitation to Tender documentation, situated within the buyers attachments area of PCS-T. Tenderers 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 58754. 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: Minimum Community Benefit Points (CBP) Required 50 Bidders must confirm that they will meet these obligations in full by completing the relevant areas within the Community Benefits Menu. Bidders are also required to provide a supporting Methodology for each of the Themes they are offering from the Menu, detailing how the Community Benefit outcomes will be delivered. The Community Benefits Menu and Methodology template can be found within the Community Benefits section on Public Contracts Scotland - Tender (PCS-T). (SC Ref:794519)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000794519"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}