Section one: Contracting authority
one.1) Name and addresses
Dundee City Council
Dundee City Council, Procurement, Dundee House, Floor 4, 50 North Lindsay Street
DUNDEE
DD1 1NZ
Contact
Claire Petrie
claire.petrie@dundeecity.gov.uk
Telephone
+44 1382433417
Fax
+44 1382433045
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
TENDER FOR THE SUPPLY, INSTALLATION AND MANAGEMENT OF SECURE CYCLE PARKING
Reference number
PROC/CD/09/22
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
TENDER FOR THE SUPPLY, INSTALLATION AND MANAGEMENT OF
SECURE CYCLE PARKING
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee City
two.2.4) Description of the procurement
The council invites bids for the Provision of a Secure on-Street Cycle Storage Scheme including; infrastructure, maintenance, adhoc repairs and entire management of the facilities/scheme.
As part of this contract, the council is targeting the supply and installation of 40 shelters in year 1 from the Award date. A further 20 shelters will be the target for installation in year 2 with further units installed subject to available budget. This scheme would be developed in subsequent contract years in line with unit cost, demand and available budget.
The shelter shall have a capacity of storing no less than 5 bicycles per shelter. This should be suitable for the many popular iterations of bicycle (road, mountain, city, ebikes etc) in use at present.
The council requires a Bidder to facilitate the rental management of this contract via an online portal and undertake the scheduled maintenance of the shelters. The rental costs will derive from the members of the public who will pay for each cycle space rented. The rental charge must be sufficient to provide an affordable scheme to the public. This rental charge will cover ongoing administration, management and scheduled maintenance costs of this scheme.
two.2.5) Award criteria
Quality criterion - Name: Demonstrate experience and ability to deliver and install high quality, secure on-street cycle parking / Weighting: 20
Quality criterion - Name: Specification, capacity and build quality of shelters / Weighting: 20
Quality criterion - Name: Proposed timescale for supply and instillation of shelters / Weighting: 10
Quality criterion - Name: Ability to deliver and manage cycle parking spaces, provide high quality customer service and manage requests for additional cycle parking / Weighting: 20
Quality criterion - Name: Demonstrate ability and plan to work with local partners to deliver a robust maintenance and repair service to support these shelters / Weighting: 10
Quality criterion - Name: Monitoring plan / Weighting: 10
Quality criterion - Name: Fair Work Practices / Weighting: 5
Quality criterion - Name: Community Benefit / Weighting: 5
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
2 year + 1 option to extend
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
29 August 2022
Local time
12:00pm
Changed to:
Date
30 August 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 27 December 2022
four.2.7) Conditions for opening of tenders
Date
29 August 2022
Local time
12:00pm
Place
Place of work of Procurement Officers on that date
Information about authorised persons and opening procedure
Claire Petrie Procurement Category Officer
Jennifer Heighton Procurement Category Officer
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=701770.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
Post award, the Councils Community Benefits Officer will contact the successful contractor and provide guidance on the type of outcome which can be delivered. Support will be provided to identify an appropriate intervention but this can include a wide range of activities which support learning and employability such as site visits for school and college students or job seekers; training workshops carried out by contractors for target groups to raise awareness of the industry, environmental and health benefits of cycling and the careers available, CV workshops, motivational talks, school talks or events which tie in with a particular aspect of the curriculum. It can also include a work experience opportunity for a school, college or employability learner with support provided to assist the contractor to source work experience candidates. Or the support of a community project or wish which could include but is not limited to provision of advice and guidance on cycling to third sector or community group, agreed sponsorship support, volunteering to support the delivery of a community project.
(SC Ref:701770)
six.4) Procedures for review
six.4.1) Review body
Dundee Sheriff Court
6 West Bell Street
Dundee
DD1 9AD
Telephone
+44 1382229961
Country
United Kingdom