Tender

Provision of City Centre Dashboard Mobile Footfall Data

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

14 Apr 2026 at 00:00

Summary of the contracting process

Glasgow City Council is inviting tenders for the provision of City Centre Dashboard Mobile Footfall Data to track population movement within Glasgow City Centre. This tender falls under the services category and uses an open procurement method. The procurement process is currently at the tender stage with key dates including the tender submission deadline of 12 May 2026. The contract includes real-time analytics over a twelve-month period, utilising an API to provide dynamic updates, and spans four years. Interested businesses can submit electronic submissions via the Public Tenders Scotland portal, with the contract valued at £90,000.

This tender offers significant opportunities for businesses specialising in data analytics and population movement tracking solutions. Companies that can deliver robust real-time people movement data, suitable for city centres, will find themselves well-positioned for this contract. To compete, businesses should possess strong technical expertise and a track record of similar projects, as demonstrated by examples of previous engagements. Moreover, financial strength is imperative, as bidders must meet specific economic and financial criteria and possess necessary insurance coverages. The project promises community benefits, with 40 Community Benefit Points required, ensuring wider social value alongside business growth.

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

Notice Title

Provision of City Centre Dashboard Mobile Footfall Data

Notice Description

Glasgow City Council are looking to procure Population Movement Data for analytics on Glasgow City Centre.

Lot Information

Lot 1

Glasgow City Council City Centre Regeneration team on behalf of Glasgow City Council wish to procure a supplier to provide People Movement Data (sometimes referred to as 'footfall') relating to Glasgow City centre, a definition of which is appended to this document. The People Movement Data (PMD) must enable Glasgow City Council to track overall levels of people movement in the city centre in real time over a twelve-month period, with dynamic updates available via an Application Programming Interface (API) or equivalent. The contract for this will be for four years.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000826341
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR553840
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website 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

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

72300000 - Data services

72314000 - Data collection and collation services

79311000 - Survey services

79311400 - Economic research services

79330000 - Statistical services

Notice Value(s)

Tender Value
£90,000 Under £100K
Lots Value
£90,000 Under £100K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Apr 20261 weeks ago
Submission Deadline
12 May 20263 weeks to go
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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

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-r6ebe6-0000826341-2026-04-14T00:00:00Z",
    "date": "2026-04-14T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000826341",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-21",
            "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": "Ross MacLeod",
                "email": "ross.macleod@glasgow.gov.uk",
                "telephone": "+44 1412876426",
                "url": "https://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-22",
            "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": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-21"
    },
    "tender": {
        "id": "GCC006548CPU",
        "title": "Provision of City Centre Dashboard Mobile Footfall Data",
        "description": "Glasgow City Council are looking to procure Population Movement Data for analytics on Glasgow City Centre.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "72300000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79311000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79311400",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79330000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 90000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2026-05-12T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-05-12T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR553840",
                "documentType": "contractNotice",
                "title": "Provision of City Centre Dashboard Mobile Footfall Data",
                "description": "Glasgow City Council are looking to procure Population Movement Data for analytics on Glasgow City Centre.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR553840",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Glasgow City Council City Centre Regeneration team on behalf of Glasgow City Council wish to procure a supplier to provide People Movement Data (sometimes referred to as 'footfall') relating to Glasgow City centre, a definition of which is appended to this document. The People Movement Data (PMD) must enable Glasgow City Council to track overall levels of people movement in the city centre in real time over a twelve-month period, with dynamic updates available via an Application Programming Interface (API) or equivalent. The contract for this will be for four years.",
                "status": "active",
                "value": {
                    "amount": 90000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2026-05-12T12:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "Performance requirements related to this contract can be found within the Procurement Documents within the PCS-T portal."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- SPD Section 4B: Economic and Financial Standing SPD Questions: 4B.1 - Balance sheet and Trading Performance 4B.5 - Insurance Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the SPD. Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder.",
                    "minimum": "Financial Check In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted:- 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 EBITDA earnings over a 3 year period. Exceptional items can be excluded from the calculation. The above would be expressed in the ratio EBITDA/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 for the last 2 individual years filed in order for the 3 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 (in the Council style) 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 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 Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage. 4B.5 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: Bidder shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000GBP) in respect of any one event and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000GBP) in respect of any one event and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least 1 MILLION POUNDS STERLING (1,000,000GBP) in respect of any one event and in the aggregate. Bidder shall Take out and maintaining in respect of any Services to be performed, Professional Indemnity Insurance to the value of at least ONE MILLION POUNDS (1,000,000GBP) STERLING for any one event and in the aggregate."
                },
                {
                    "type": "technical",
                    "description": "SPD Section 4C: Technical and Professional ability SPD Questions: 4C.1.2 - Relevant examples",
                    "minimum": "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 Find a Tender Service Contract Notice or the relevant section of the Site Notice. Please provide two relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice: (Examples from both public and or private sector customers and clients may be provided). Minimum number of relevant examples: 2 Maximum number of relevant examples: 2 Bidders shall be asked to provide the following information in relation to each of their relevant examples provided: - Confirmation that the services were carried out during the timeframe set out in the question - Information to demonstrate that the client was of a similar size and/or complexity to Glasgow City Council - Description of the services delivered - Information relating to key sub-contractors and / or specialist sub-contractors used A response document is provided for full details to be provided. Bidders responses to 4C.1.2 shall be evaluated and each of the two examples shall be evaluated individually. The Bidder must achieve a rating of at least 60 from the Scoring Methodology table provided in the ITT for each of the two examples provided individually, to be considered to have \"passed\" this question, ie, two examples each scoring at least 60. Failure to achieve a rating of at least 60 for each example provided shall see the Bidder excluded from further evaluation. The scoring methodology for question 4C.1.2 is described in the ITT."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "72314000",
            "scheme": "CPV"
        },
        "reviewDetails": "Precise information on deadline(s) for review procedures: 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": false
    },
    "language": "EN",
    "description": "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 31507. For more information see: ITT code : itt_63351 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31507. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: 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: Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 40 (SC Ref:826341)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000826341"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}