Contract

Cycle Infrastructure Framework

  • Glasgow City Council

F03: Contract award notice

Notice identifier: 2024/S 000-035683

Procurement identifier (OCID): ocds-h6vhtk-047c96

Published 4 November 2024, 3:39pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Contact

Lindsay McGibbon

Email

lindsay.mcgibbon@glasgow.gov.uk

Telephone

+44 1412876964

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.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

Cycle Infrastructure Framework

Reference number

GCC006117CPU

two.1.2) Main CPV code

  • 34430000 - Bicycles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Glasgow City Council invites tender bids for the provision of a cycle infrastructure framework for the supply and delivery of cycle racks, the supply, delivery and installation of secure cycle shelters within school playgrounds and council depots and supply, delivery and installation of cycle monitoring equipment.

This procurement will be conducted via the Public Contracts 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 SPD (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 Contract

Notice when completing the SPD in PCS-T.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,273,502

two.2) Description

two.2.1) Title

Supply and Delivery of Cycle Racks

Lot No

1

two.2.2) Additional CPV code(s)

  • 45233293 - Installation of street furniture
  • 44112100 - Shelters

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow, UK

two.2.4) Description of the procurement

The council has a requirement for the supply and delivery of the two types of cycle racks listed below:

- Cycle Rack A – Polyurethane Coating

- Cycle Rack B – Brushed Stainless Steel

All goods are to be supplied and delivered within the 6 to 8 weeks’ timescale to the address listed in the ITT, the council will be responsible for the installation of the cycle racks which are intended for public locations within the Glasgow city boundary.

two.2.5) Award criteria

Quality criterion - Name: Delivery / Weighting: 30

Quality criterion - Name: Equipment Failure / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 5

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 40

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

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

two.2) Description

two.2.1) Title

Supply, Delivery and Installation of Secure Cycle Shelters

Lot No

2

two.2.2) Additional CPV code(s)

  • 44112100 - Shelters
  • 45233293 - Installation of street furniture

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow, UK

two.2.4) Description of the procurement

Glasgow City Council has a requirement for the supply, delivery and installation of a variety of secure lockable free standing shelters.

These secure shelters will prevent unauthorised access to the enclosures and will be sited on allocated space within school premises and council depots within the Glasgow city boundary.

All goods must be of the highest quality, manufactured to the highest standard and must meet the relevant industry standard.

The delivery location and installation timetable of each secure cycle shelter will be advised at call off with all goods and / or materials properly packed and securely delivered at the time and place requested.

Full technical specification is provided for each shelter type.

two.2.5) Award criteria

Quality criterion - Name: Programme and Delivery / Weighting: 20

Quality criterion - Name: Installation / Weighting: 10

Quality criterion - Name: Service Delivery / Weighting: 5

Quality criterion - Name: Remedial Works / Weighting: 5

Quality criterion - Name: Equipment Failure / Weighting: 10

Quality criterion - Name: Sustainability / Weighting: 5

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 40

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

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

two.2) Description

two.2.1) Title

Automatic Cycle and Pedestrian Counters

Lot No

3

two.2.2) Additional CPV code(s)

  • 35125100 - Sensors
  • 34992300 - Street signs
  • 34992200 - Road signs
  • 31642000 - Electronic detection apparatus
  • 38431000 - Detection apparatus

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow, UK

two.2.4) Description of the procurement

Glasgow City Council has a requirement for the provision of automatic cycle and pedestrian counters. In addition there is a requirement for replacement of, or additional components for existing automatic cycle and/or pedestrian counters.

two.2.5) Award criteria

Quality criterion - Name: Quality of Products / Weighting: 30

Quality criterion - Name: Service Delivery / Weighting: 15

Quality criterion - Name: Parts & Services / Weighting: 5

Quality criterion - Name: Sustainability / Weighting: 5

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 40

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

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015


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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-021246


Section five. Award of contract

Lot No

3

Title

Automatic Cycle and Pedestrian Counters

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 October 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Q-Free (Bristol) UK Limited

30 Lynx Crescent

Weston-super-Mare

BS24 9BP

Telephone

+44 1934644299

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £857,142


Section five. Award of contract

Lot No

2

Title

Supply, Delivery and Installation of Secure Cycle Shelters

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 October 2024

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Broxap Limited

Rowhurst Industrial Estate, Chesterton

Staffordshire

ST5 6BD

Telephone

+44 1782571695

Fax

+44 1782565357

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,367,520


Section five. Award of contract

Lot No

1

Title

Supply and Delivery of Cycle Racks

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 October 2024

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Broxap Limited

Rowhurst Industrial Estate, Chesterton

Staffordshire

ST5 6BD

Telephone

+44 1782571695

Fax

+44 1782565357

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £48,840


Section six. Complementary information

six.3) Additional information

Health & Safety — the H&S Questionnaire is contained as an attachment within PCS-T. Bidders must respond to the H&S Questionnaire as part of their submission. Documented evidence validating responses provided to the H&S Questionnaire will require to be provided. As Health & Safety is pass/fail criteria, failure to provide a completed questionnaire and/or provide the evidence requested may result in your organisation being assessed as having failed.

Freedom of Information Act — Information on the FOI Act is contained in Appendix A of the ITT. Bidders 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 as an attachment within PCS-T (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 as an

attachment within PCS-T.

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. Applicants

will be required to complete the prompt payment certificate contained as an attachment within PCS-T.

Non Collusion — Applicants will be required to complete the Non Collusion certificate.

Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which is contained as an attachment within

PCS-T 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 bidders at any point during the contract

period.

Terms and Conditions are located as an attachment within PCS-T.

Additional information pertaining to this contract notice is contained in the Invitation to Tender and within the buyers attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice.

In relation to this Invitation to Tender, Bidders are asked to note that the following Affiliated Bodies may participate in this contract: City Building (Contracts) LLP; City Building (Glasgow) LLP; Culture and Sport Glasgow (Branded as Glasgow Life); Culture and Sport

Glasgow (Trading) CIC; City Parking (Glasgow) LLP; City Property (Glasgow) LLP; City Property (Investments) LLP and Jobs and

Business Glasgow Ltd.

(SC Ref:781519)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom

Internet address

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

six.4.3) Review procedure

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 conclude the framework agreement. 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 dispatch 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 conclude the framework agreement 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.