{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000610497-2020-05-05T00:00:00Z",
    "date": "2020-05-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000610497",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-58",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "caroline.dougan@glasgow.gov.uk",
                "telephone": "+44 1412876845",
                "url": "https://www.publictendersscotlandand.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-38",
            "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": {
                "email": "glasgow@scotcourts.gov.uk",
                "telephone": "+44 1414298888",
                "faxNumber": "+44 1414185248",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-7",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "caroline.dougan@glasgow.gov.uk",
                "telephone": "+44 1412876845",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-154",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "David Dougan",
                "email": "david.dougan@glasgow.gov.uk",
                "telephone": "+44 1412876424",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-71",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9TW"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-154"
    },
    "tender": {
        "id": "GCC004957CPU",
        "title": "Provision of Secure On Street Cycle Shelter Scheme",
        "description": "The council invites tender bids for the provision of a Secure on Street Cycle Shelter scheme including infrastructure maintenance and management of the facilities. This procurement will be conducted via the Public Contract 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 ESPD (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 OJEU Contract Notice when completing the ESPD in PCS-T.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "34430000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow Area"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 490000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-02-17T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-02-17T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN377625",
                "documentType": "contractNotice",
                "title": "Provision of Secure On Street Cycle Shelter Scheme",
                "description": "The council invites tender bids for the provision of a Secure on Street Cycle Shelter scheme including infrastructure maintenance and management of the facilities. This procurement will be conducted via the Public Contract 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 ESPD (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 OJEU Contract Notice when completing the ESPD in PCS-T.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377625",
                "format": "text/html"
            },
            {
                "id": "MAY386324",
                "documentType": "awardNotice",
                "title": "Provision of Secure On Street Cycle Shelter Scheme",
                "description": "The council invites tender bids for the provision of a Secure on Street Cycle Shelter scheme including infrastructure maintenance and management of the facilities. This procurement will be conducted via the Public Contract 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 ESPD (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 OJEU Contract Notice when completing the ESPD in PCS-T.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386324",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The council is inviting tender bids for the provision of a Secure on-Street Cycle Storage scheme including; infrastructure, maintenance and management of the facilities. The council is committed to the installation of a minimum of 70 shelters in year 1 from the Operational Commencement Date. We estimate a further 15 shelters per year up to year 5 of the contract subject to tender submission costs. The scheme would be developed in subsequent contract years in line with unit cost and demand. Subsequent shelters will be based on installation and shelter charges during the life of the contract which is 5 +1+1 years. Provide an on-line portal available for use on a desktop computer and smartphone tablet to allow members of the public to interact with the scheme as detailed in 4.10.2. This contract will be offered on a sole supplier basis. However, the aspects of supply, installation, lease rental management and maintenance may be subcontracted by the Service provider. The sole supplier will be responsible for contractual compliance for all aspects of the contract. Economic operators may be excluded from this project if they are in any of the situation referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Business Plan",
                            "description": "9"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Subject to funding this project will be re-tendered either before the year 5 or before any of the extension periods expire."
                }
            }
        ],
        "bidOpening": {
            "date": "2020-02-17T12:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "Please see Appendices and Flow Chart embedded document for KPI's. This document can be found at the end of section 4 of the ITT."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects trading performance and balance sheet strength Financial requirements should be calculated on latest filed accounts with Company House For non-UK Companies,ratios should be calculated on information contained in most recent audited accounts Trading Performance An overall positive outcome on pre tax profits over a 3 year period Exceptional items occurring in the normal course of business and non-recurring 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 Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets Total Liabilities 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. Where an Applicant is a group of economic operators (Such as a Consortium), the Lead Party of that group must comply with the minimum financial requirements.",
                    "minimum": "It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequent awarded contract the types and levels of insurance below: Employer's Liability insurance to the value of at least TEN MILLION 10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability insurance to the value of at least FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Products Liability insurance to the value of at least FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. Professional Indemnity insurance to the value of at least ONE MILLION (1,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. Contract Works Insurance The organisation shall take out and maintain throughout the period of their services, Contract Works insurance to the value of the contract. The council reserves the right at its own discretion to seek such other information form the Applicant in accordance with Regulation 61 (7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economical and financial standing. Applicants who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. The Council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract following a mini-competition should the Applicant no longer meet the requirements set out in this ESPD."
                },
                {
                    "type": "technical",
                    "description": "Please provide 1 relevant examples of services carried out during the last 5 years as specified in the Contract Notice. (examples from both public and/or private sector customers and clients may be provided) Please download and complete the attachment. ESPDS Statement Please note that we are allowing examples carried out during the last 5 years instead of three years as stipulated in the online ESPDS question. At least one example should be within the last 1 year and ideally, one example should be from the public sector. Relevant examples should relate to delivering a Secure on Street Cycle Shelter Scheme similar in scale and as specified in the Contract Notice and scope of service Section 4 of the Initiation To Tender. As part of your response please provide as a minimum the following: Your examples should include details of but not be limited to: Your track record in supplying a successful secure on street cycle storage scheme. A brief description of this service provided for (supply and installation of shelters) similar to the shelters detailed in the Section 4 of the ITT. A brief description of your online portal managed service. (Examples from both public and/or private sector customers and clients may be provided) Response to this question should not exceed 4000 words per example to be provided on A4, Arial font 11.",
                    "minimum": "A minimum pass mark of 60% is required for the Technical and Professional ability question. Any Bidder who fails to achieve the minimum score for this question will be excluded at this stage."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "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 award the contract, conclude the framework agreement or establish a dynamic purchasing system. The council must allow a period of at least the relevant standstill period(where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days)to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 ('The Regulations'). The council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the council., suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court , by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the council seeking further clarification on the notice, to which the council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "6 months before expiry of the contract or 6 months before expiry of year one or year 2 extension, whichever comes first."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-7",
                "description": "Due to the issue date changing to 20 Jan the closing date is now 19 Feb 2020.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2020-02-17T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-02-19T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2020-02-17T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-02-19T12:30:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            },
            {
                "id": "amd-10",
                "description": "There has been a request for and extension to this tender and the department has accepted the extension request. The closing date has now been extended to 21 February 2020 @ 12:noon.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2020-02-19T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-02-21T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2020-02-19T12:30:00Z"
                        },
                        "newValue": {
                            "date": "2020-02-21T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            },
            {
                "id": "amd-6",
                "description": "There has been a subsequent request for and extension to this tender and the department has accepted the extension request. The closing date has now been extended to Monday 24 February 2020 @ 10:00am.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2020-02-21T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-02-24T10:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2020-02-21T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-02-24T10:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "ESPD Questions 4D.1,4D1.1,4D1.2,4D2, 4D2.1and4D2.2 bidders must hold the certificates for Quality Control,and Environmental Mngt Standards or comply with all the questions noted in ESPD Section 4D.Please refer to the'ESPD Statements'doc within the ITT doc.H&S applicants must complete&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. 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 contained in the buyers attachments area within the PCS Tender portal(NB the council does not bind itself to withhold this information).Applicants will be req'd to complete the FOI certificate at ITT stage.Tenderers Amendments Applicants must enter any clause,condition,amendment to spec or any other qualification they may wish to make conditional to this offer. Applicants will be req'd to complete the tenderers amendment certificate contained in the Buyers Attachment area within the tender portal at ITT stage).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 min invoices rendered by subcontractors shal(unless formally disputed by the tenderer)be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors,if any.Applicants will be required to complete the prompt payment certificate contained in the Buyers Attachments area within PCS Tender portal.Non Collusion Applicants will be required to complete the Non-Collusion certificate contained in the Buyers Attachments area within the tender portal.Insurance Mandate. All successful suppliers will be required to sign an Insurance Mandate,which will be issued in conjunction with the award letter authorising the Council to request copies of insurance docs 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.T&Cs are located within the Buyers Attachments area of the tender portal. (SC Ref:620946)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000610497"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000610497"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000610497"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000610497"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000610497"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GCC004957CPU",
            "status": "unsuccessful",
            "statusDetails": "discontinued",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 013-025593"
        }
    ]
}