Cycle Infrastructure Framework

A Contract Award Notice
by GLASGOW CITY COUNCIL

Source
OJEU
Type
Framework (Supply)
Duration
4 year (est.)
Value
£840K
Sector
TRANSPORT
Published
05 Mar 2021
Delivery
To 05 Mar 2025 (est.)
Deadline
n/a

Concepts

Location

Glasgow

Geochart for 2 buyers and 4 suppliers

2 buyers

4 suppliers

Description

Glasgow City Council invites tender bids for the provision of a cycle infrastructure framework for the supply and delivery of cycle racks and for the supply, delivery and installation of secure cycle shelters within school playgrounds and bespoke shelters for public locations, as well 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 ESPD (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 OJEU Contract Notice when completing the ESPD in PCS-T.

Lot Division

1 Supply and Delivery of Cycle Racks

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.

Award Criteria
Quality of products 35.0
Service delivery 10.0
Warranty/parts and services 5.0
Sustainability 5.0
Fair work practices 5.0
PRICE 40.0
2 Supply, Delivery and Installation of Secure Cycle Shelters

Glasgow City Council has a requirement for the supply, delivery and installation of a number of different secure lockable free standing shelters. These secure shelters will prevent unauthorised access to the enclosures and will be sited on allocated space on-street or within school premises 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.

Award Criteria
Quality of products 35.0
Service delivery 10.0
Warranty/parts and services 5.0
Sustainability 5.0
Fair work practices 5.0
PRICE 40.0
3 Automatic Cycle and Pedestrian Counters

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.

Award Criteria
Quality of products 30.0
Service delivery 15.0
Warranty/parts and services 5.0
Sustainability 5.0
Fair work practices 5.0
PRICE 40.0
4 Solar Wayfinding Markers

As part of the works to improve walking and cycling in and across the city, Glasgow City Clounci has a requirement for solar powered bi-directional path delineation road studs. Installations may be in any of the following locations; carriageway, footway or footpath.

Award Criteria
Quality of products 30.0
Service delivery 15.0
Warranty/parts and services 5.0
Sustainability 5.0
Fair work practices 5.0
PRICE 40.0

Award Detail

1 Broxap (Staffordshire)
  • Supply, Delivery and Installation of Secure Cycle Shelters
  • Num offers: 2
  • Value: £680,000
2 Abt Engineering (Glasgow)
  • Supply and Delivery of Cycle Racks
  • Num offers: 2
  • Value: £80,000
3 Q Free Bristol (Weston Super Mare)
  • Automatic Cycle and Pedestrian Counters
  • Num offers: 1
  • Value: £40,000
4 Clearview Intelligence (Milton Keynes)
  • Solar Wayfinding Markers
  • Num offers: 1
  • Value: £40,000

CPV Codes

  • 34430000 - Bicycles
  • 45233293 - Installation of street furniture
  • 44112100 - Shelters
  • 35125100 - Sensors
  • 34992300 - Street signs
  • 34992200 - Road signs
  • 31642000 - Electronic detection apparatus
  • 38431000 - Detection apparatus
  • 34920000 - Road equipment

Indicators

  • Award on basis of price and quality.

Other 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. Health and Safety — the H&S Questionnaire is contained as an attachment within PCS-T. Applicants 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 and 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. Applicants 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 — Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants 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 ESPD statement documents situated 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:645981)

Reference

Domains