Buyer Name: Glasgow City Council
Buyer Address: 40 John St, City Chambers, Glasgow, UKM82, G2 1DU, United Kingdom
Contact Name: kim mackenzie
Contact Email: kim.mackenzie@ced.glasgow.gov.uk
Contact Telephone: +44 1412872000
Buyer Name: Glasgow City Council
Buyer Address: 40 John St, City Chambers, Glasgow, UKM82, G2 1DU, United Kingdom
Contact Name: kim mackenzie
Contact Email: kim.mackenzie@ced.glasgow.gov.uk
Contact Telephone: +44 1412872000
Glasgow City Council has a requirement to appoint a suitably experienced cycle hire operator to provide a C Cycle Hire scheme operating from Council provided Stations within the City of Glasgow. The Council shall award the contract to a single operator and provide exclusive access to these stations, subject to the terms of the Contract. The Service Provider will provide for a network of cycles allowing the public access to automated bike hire facilities using a cost structure which encourages localised point to point journeys within Glasgow City Centre and its environs. The Scheme is essentially seen as an extension of the public transport infrastructure, enabling improved interchange between subway, rail and bus stations and extending the range of access to key destinations and trip attractors in the City.
No linked documents found for this notice.
Lot Description: Glasgow City Council is inviting proposals from suitably experienced cycle hire operators to provide a Mass Automated Cycle Hire (MACH) scheme operating from Council provided MACH Stations within the City of Glasgow. The Council will award the contract to a Supplier, who will have exclusive access to these MACH stations, subject to the terms of the Contract. The Supplier will provide for a network of cycles allowing the public access to automated bike hire facilities using a cost structure which encourages localised point to point journeys within Glasgow City Centre and its environs. The MACH scheme is essentially seen as an extension of the public transport infrastructure, enabling improved interchange between subway, rail and bus stations and extending the range of access to key destinations and trip attractors in the City 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.
Lot 1 Status: active
Lot 1 Has Options: No
Lot 1 Value: GBP 1,000,000
Lot 1 Award Criterion (quality): Quality
Lot 1 Award Criterion (quality): fair work first
{
"buyer": {
"id": "GB-FTS-73933",
"name": "Glasgow City Council"
},
"date": "2025-04-01T14:04:44+01:00",
"description": "Bidders must comply with all questions noted in SPD Section 4D.\nHealth \u0026 Safety - bidders must complete and return the H\u0026S questionnaire found in the Buyers Attachments area of the tender portal.\nFreedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Tenderers 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 in the Technical Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information).\nTenderers 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 within the Technical Envelope within PCS Tender portal.\nPrompt Payment - the successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council\u0027s satisfaction that all funds due to the tenderer\u0027s 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. Tenderers will be required to complete the prompt payment certificate contained in the Technical Envelope within PCS Tender portal.\nNon-Collusion - Tenderers will be required to complete the Non-Collusion certificate contained in the Technical Envelope within the PCS Tender portal.\nInsurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the Technical Envelope within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier\u2019s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from suppliers at any point during the contract period.\nTerms and Conditions are located within the buyers attachments area within the PCS Tender portal.\nAdditional information pertaining to this contract notice is contained within the Invitation to Tender documentation, situated within the buyers attachments area of PCS-T. Tenderers must ensure they read these documents in line with this contract notice.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 58754. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nMinimum Community Benefit Points (CBP) Required 50\nBidders must confirm that they will meet these obligations in full by completing the relevant areas within the Community Benefits Menu.\nBidders are also required to provide a supporting Methodology for each of the Themes they are offering from the Menu, detailing how the\nCommunity Benefit outcomes will be delivered.\nThe Community Benefits Menu and Methodology template can be found within the Community Benefits section on Public Contracts Scotland \u2013\nTender (PCS-T).\n(SC Ref:794519)",
"id": "012265-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000794519",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-04fb58",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G2 1DU",
"region": "UKM82",
"streetAddress": "40 John St, City Chambers"
},
"contactPoint": {
"email": "kim.mackenzie@ced.glasgow.gov.uk",
"name": "kim mackenzie",
"telephone": "+44 1412872000",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"description": "Regional or local authority",
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE"
},
{
"description": "General public services",
"id": "01",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
},
"id": "GB-FTS-73933",
"identifier": {
"legalName": "Glasgow City Council"
},
"name": "Glasgow City Council",
"roles": [
"buyer"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"streetAddress": "PO BOX 23 1 Carlton Place"
},
"id": "GB-FTS-964",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2025-05-13T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-05-13T12:00:00+01:00"
},
"classification": {
"description": "Public road transport services",
"id": "60112000",
"scheme": "CPV"
},
"contractTerms": {
"performanceTerms": "As per ITT document"
},
"coveredBy": [
"GPA"
],
"description": "Glasgow City Council has a requirement to appoint a suitably experienced cycle hire operator to provide a C Cycle Hire scheme operating from Council provided Stations within the City of Glasgow.\nThe Council shall award the contract to a single operator and provide exclusive access to these stations, subject to the terms of the\nContract.\nThe Service Provider will provide for a network of cycles allowing the public access to automated bike hire facilities using a cost structure\nwhich encourages localised point to point journeys within Glasgow City Centre and its environs. The Scheme is essentially seen as an\nextension of the public transport infrastructure, enabling improved interchange between subway, rail and bus stations and extending the range\nof access to key destinations and trip attractors in the City.",
"hasRecurrence": true,
"id": "GCC006234CPU",
"items": [
{
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "40",
"name": "Quality",
"type": "quality"
},
{
"description": "5",
"name": "fair work first",
"type": "quality"
},
{
"description": "55",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"description": "Glasgow City Council is inviting proposals from suitably experienced cycle hire operators to provide a Mass Automated Cycle Hire (MACH) scheme operating from Council provided MACH Stations within the City of Glasgow. The Council will award the contract to a Supplier, who will have exclusive access to these MACH stations, subject to the terms of the Contract.\nThe Supplier will provide for a network of cycles allowing the public access to automated bike hire facilities using a cost structure which encourages localised point to point journeys within Glasgow City Centre and its environs. The MACH scheme is essentially seen as an extension of the public transport infrastructure, enabling improved interchange between subway, rail and bus stations and extending the range of access to key destinations and trip attractors in the City 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\nContracts (Scotland) Regulations 2015.",
"hasOptions": false,
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "contract will be in place for 3 year plus potential 2 x 12 month extensions"
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"value": {
"amount": 1000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"recurrence": {
"description": "january 2028"
},
"reviewDetails": "Glasgow City Council (\u201cthe Council\u201d) 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 award the contract, conclude the framework agreement or establish a dynamic purchasing system. 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 despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\u201cthe Regulations\u201d).\nThe 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 enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition.\nThe 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.",
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "N/A",
"type": "suitability"
},
{
"appliesTo": [
"supplier"
],
"description": "Bidders must comply with the undernoted financial requirements in order\nto participate in the tendering process:-\nThere is a minimum financial requirement that affects trading performance and balance sheet strength\nFinancial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House\nTrading Performance\nAn overall positive outcome on pre tax profits over a 3 year period\nExceptional items can be excluded from the calculation.\nThe above would be expressed in the ratio Pre-Tax Profit/Turnover\nBalance Sheet strength\nNet worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process.\nIntangibles can be included for purposes of the Total Assets figure.\nThe above would be expressed in the ratio Total Assets/Total Liabilities\nCompanies that are only required to file abbreviated accounts, must submit full sets of accounts for the last two individual years filed, in order for the three year profitability requirement to be verified\nAn applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House.\nApplicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above.\nGlasgow City Council will be prepared to consider applications from companies who currently do not comply with the financial requirements specifically set out for the trading and balance sheet strength ratios.\nThe above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the above financial requirements.\nGlasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder\u0027s economic and financial standing",
"minimum": "Employer\u2019s Liability\nThe organisation shall take out and maintain throughout the period of their services Employer\u2019s 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.\nPublic Liability\nThe organisation shall take out and maintain throughout the period of their services Public Liability insurance to the value of a minimum of FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period.\nProducts Liability\nThe organisation shall take out and maintain throughout the period of their services 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.\nGlasgow City Council also requires that the successful bidder will retain a sufficient level of Professional Indemnity Insurance required to cover any services to be performed within the scope of the contract.\nThe organisation shall take out and maintain throughout the period of their services and for a further 1 year on completion of their service, Professional Indemnity insurance to the value of a minimum of ONE MILLION (1,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate.\nThe above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case.",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "Q4C.1 SPD(S) Question\nPlease provide relevant examples of services carried out during the last five years as specified in the Contract Notice:\n(Examples from both public and/or private sector customers and clients may be provided)\nSPD(S) Statement?\nPlease refer to ITT and technical experience template for further information on criteria",
"minimum": "Bidders should also note that a minimum threshold score of 50% is required to be achieved overall in this question, in order to proceed to ITT stage\nPlease also refer to ITT for all details",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"submissionTerms": {
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-05-13T12:00:00+01:00"
},
"title": "Glasgow Bike Hire Scheme 2025",
"value": {
"amount": 1000000,
"currency": "GBP"
}
}
}