Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Secure City Centre Cycle Storage Scheme
Reference number
GCC005625CPU
two.1.2) Main CPV code
- 39173000 - Storage units
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply, installation and management of 20 secure cycle storage units for various locations within Glasgow City Centre.
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 63121100 - Storage services
- 39173000 - Storage units
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
The council invites bids for the Provision of a Pilot for a Secure City Centre Cycle Storage Scheme including; infrastructure, maintenance, ad-hoc repairs and fully functional management system to control public access to the facilities/scheme.
two.2.5) Award criteria
Quality criterion - Name: Mandatory Documentation / Weighting: Pass / Fail
Quality criterion - Name: Booking System / Test Site / Weighting: Pass / Fail
Quality criterion - Name: Data Protection / Weighting: 10%
Quality criterion - Name: Business Plan / Weighting: 10%
Quality criterion - Name: Scheme Design, Delivery Management and Administration / Weighting: 20%
Quality criterion - Name: Marketing and Promotion / Weighting: 10%
Quality criterion - Name: Sustainability / Weighting: 5%
Quality criterion - Name: Fair Work First / Weighting: 5%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for two periods of up to 12 months.
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
List and brief description of selection criteria
Insurance Requirements - Please refer to the ITT document for full details.
Minimum level(s) of standards possibly required
- 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 Insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate.
- 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.
- Professional Indemnity Insurance to the value of a minimum of FIVE HUNDRED THOUSAND (500,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders are required to provide two relevant examples of your organisations recent (within the last 5 years) experience in delivering a Secure on Street Cycle Shelter Scheme similar in scale as specified in the Contract Notice and scope of service - Section 4 of the ITT document.
Please refer to the ITT document and the SPD for further details.
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
Date
19 December 2022
Local time
12:00pm
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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 December 2022
Local time
12:00pm
Place
Glasgow City Chambers
Information about authorised persons and opening procedure
Category Manager
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
Estimated total value of this contract is 150,000 GBP excl. VAT.
Bidders must hold certificates for Quality Assurance and Environmental Management Standards or comply with all questions noted in SPD Section 4D. Bidders must note the implications FOI legislation and ensure that any info they wish the council to consider withholding is indicated. (NB the council does not bind itself to withhold this info). Tenderers Amendments - Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer within the Tenderers Amendment statement on PCS-T. Prompt Payment - The successful tenderer shall, as a condition of being awarded, be required to demonstrate to the council's satisfaction that all funds due permitted sub-contractors are paid timeously and as a minimum, invoices rendered by subcontractors shall 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. Bidders will be required to complete the prompt payment statement and Non-collusion statement within PCS-T. All bidders will be required to sign an Insurance Mandate within PCS-T. If is not signed and returned the council reserves the right to request copies of certificates at any point during the contract period. The framework agreement is located within the buyers attachment area of PCS-T.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 47002. 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:
Mandatory community benefit requirements have been included in this project. Please refer to the Invitation to Tender document for further details.
(SC Ref:708811)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Glasgow
G5 9DA
Country
United Kingdom