Tender

Secure City Centre Cycle Storage Scheme

  • Glasgow City Council

F02: Contract notice

Notice identifier: 2022/S 000-032778

Procurement identifier (OCID): ocds-h6vhtk-03867a

Published 18 November 2022, 12:52pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Email

david.hart@glasgow.gov.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court