Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 3

Status Active

Published 11th Jul 2024

Tender Details
Referenceocds-h6vhtk-047c96
Common Procurement VocabularyBicycles
Procurement MethodOpen procedure
Value£2,000,000
« Previous Page

No location provided

Category Goods

Type

No. of Lots 3

Status Active

Published 11th Jul 2024

Tender Details
Referenceocds-h6vhtk-047c96
Common Procurement VocabularyBicycles
Procurement MethodOpen procedure
Value£2,000,000

Section I: Contracting authority

I.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Contact

Lindsay McGibbon

Email

lindsay.mcgibbon [at] 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

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

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

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Cycle Infrastructure Framework

Reference number

GCC006117CPU

II.1.2) Main CPV code

  • 34430000 - Bicycles

II.1.3) Type of contract

Supplies

II.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.

II.1.5) Estimated total value

Value excluding VAT: £2,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Supply and Delivery of Cycle Racks

Lot No

1

II.2.2) Additional CPV code(s)

  • 45233293 - Installation of street furniture
  • 44112100 - Shelters

II.2.3) Place of performance

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

Glasgow, UK

II.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.

II.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

II.2.6) Estimated value

Value excluding VAT: £40,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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

II.2) Description

II.2.1) Title

Automatic Cycle and Pedestrian Counters

Lot No

3

II.2.2) Additional CPV code(s)

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

II.2.3) Place of performance

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

Glasgow, UK

II.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.

II.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

II.2.6) Estimated value

Value excluding VAT: £771,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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

II.2) Description

II.2.1) Title

Supply, Delivery and Installation of Secure Cycle Shelters

Lot No

2

II.2.2) Additional CPV code(s)

  • 44112100 - Shelters
  • 45233293 - Installation of street furniture

II.2.3) Place of performance

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

Glasgow, UK

II.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.

II.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

II.2.6) Estimated value

Value excluding VAT: £1,189,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Not applicable for this procurement exercise

III.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must comply with the undernoted financial requirements in order

to participate in the tendering process:-

There is a minimum financial requirement that affects trading performance and balance sheet strength

Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts

accounts with Companies House

Trading Performance

An overall positive outcome on pre tax profits over a 3 year period

Exceptional items can be excluded from the calculation.

The above would be expressed in the ratio Pre-Tax Profit/Turnover

Balance Sheet strength

Net worth of the organisation must be positive at the time of evaluation

and organisation must not be subject to an insolvency process.

Intangibles can be included for purposes of the Total Assets figure.

The above would be expressed in the ratio Total Assets/Total Liabilities

Companies 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

A bidder should have no outstanding issues, with regard to statutory filing

requirements with Companies House.

Bidders 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.

Bidders 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.

Glasgow 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's economic and financial standing

Minimum level(s) of standards possibly required

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded

contract, the types and levels of insurance indicated below for all lots:

Employer’s (Compulsory) Liability Insurance = 10 million GBP

Public Liability Insurance = 5 million GBP

Product Liability Insurance = 5 million GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria

NOTE: In PCS-T, responses to 4C.1.2 should be given as clearly labelled attachments to this question. Responses for the remaining 4C questions (if any) should be clearly labelled and attached to the General Attachments area in PCS-T. Suppliers must have regard for all statements when submitting responses.

SPD 4C.1.2 Statement

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice and as further detailed in the ITT


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 7

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

12 August 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

12 August 2024

Local time

12:00pm

Place

Glasgow, UK


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This is a recurring framework the next iteration of the framework is anticipated to be advertised Early 2028

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26641. 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:

Bidders will be asked to review a community benefits menu and indicate the type and volume of any Community Benefit they would be willing to offer through the delivery of this contract

(SC Ref:768886)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow [at] 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

VI.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.