Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
Contact
Lindsay McGibbon
lindsay.mcgibbon@glasgow.gov.uk
Telephone
+44 1412876964
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.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
Telephone
+44 1414298888
Country
United Kingdom
Internet address
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.