Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units

  • Cyhoeddwyd gyntaf: 22 Mawrth 2024
  • Wedi'i addasu ddiwethaf: 22 Mawrth 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-044b53
Cyhoeddwyd gan:
Glasgow City Council
ID Awudurdod:
AA20167
Dyddiad cyhoeddi:
22 Mawrth 2024
Dyddiad Cau:
22 Ebrill 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units.

The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Storage Scheme. This will include the supply, installation, management, and maintenance of new secure cycle shelters.

The supplier shall be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires.

There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Glasgow City Council

Chief Executives Department, City Chambers, 40 John Street

Glasgow

G2 1DU

UK

Ffôn: +44 1412878637

E-bost: Lesley.Thomson2@glasgow.gov.uk

NUTS: UKM82

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.glasgow.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

www.publictendersscotland.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units

Cyfeirnod: GCC005733CPU

II.1.2) Prif god CPV

39173000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

The Supply, Installation, Management and Maintenance of Secure Cycle Storage Units.

The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Storage Scheme. This will include the supply, installation, management, and maintenance of new secure cycle shelters.

The supplier shall be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires.

There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 500 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

63121100

39173000

34913510

44421700

44500000

II.2.3) Man cyflawni

Cod NUTS:

UKM82


Prif safle neu fan cyflawni:

Glasgow

II.2.4) Disgrifiad o’r caffaeliad

The council invites bids for the expansion of Glasgow City Council's Secure On Street Cycle Parking scheme. This includes the supply, installation, management, and maintenance of up to 500 new secure cycle shelters.

The supplier shall also be responsible for the management, scheduled and ad hoc maintenance of the existing 205 residential shelters located throughout the City when the current contract expires, anticipated 2024.

There may also be an opportunity for the supplier to take on the management, scheduled and ad hoc maintenance of the 20 existing short stay shelters located in the city centre when this contract expires in 2027.

This contract is expected to run for 5 years, anticipated start date 1 July 2024 and ending on 30 June 2029. The council will have the option to extend the contract for 2 periods of up to 12 months which will be exercised by the council serving notice on the supplier in accordance with the council’s Terms and Conditions.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Booking System/Test Site / Pwysoliad: 5

Maes prawf ansawdd: Data Protection / Pwysoliad: 5

Maes prawf ansawdd: Method Statements / Pwysoliad: 10

Maes prawf ansawdd: Work Programme / Pwysoliad: 10

Maes prawf ansawdd: Team Structure / Pwysoliad: 5

Maes prawf ansawdd: Marketing and Promotion / Pwysoliad: 5

Maes prawf ansawdd: Sustainability / Pwysoliad: 5

Maes prawf ansawdd: Fair Work First / Pwysoliad: 5

Price / Pwysoliad:  50

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 500 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 60

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The council will have the option to extend the contract for 2 periods of up to 12 months which will be exercised by the council serving notice on the supplier in accordance with the council’s Terms and Conditions.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Financial Requirements:-

In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted:-

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 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.

If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with.

An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House.

Applicants 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.

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.

Glasgow City Council’s Insurance Requirements are:

Employer’s Liability

The organisation shall take out and maintain throughout the period of their services Employer’s Liability insurance to the value of a minimum TEN MILLION (10000000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period.

Public Liability

The organisation shall take out and maintain throughout the period of their services Public Liability Insurance to the value of at least FIVE MILLION POUNDS STERLING (5000000 GBP) in respect of any one claim and unlimited in the period.

Products Liability

The organisation shall take out and maintain throughout the period of their services Products Liability insurance to the value of a minimum of FIVE MILLION (5000000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate.

The 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.

Should the Bidder not have the specified insurances at the time of tendering, then the Bidder must certify in their response to this Invitation to Tender that the specified insurance will be obtained.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Bidders are required to provide two relevant examples of your organisations recent experience (within the last 5 years) in delivering a Secure on Street Cycle Parking Scheme similar in scale as specified in the Contract Notice and Section 4 of the Invitation to Tender (ITT) Document.

Please refer to the ITT Document and the SPD for further details.


Lefel(au) gofynnol y safonau sydd eu hangen:

The weighting will be out of 100% with 50% attributed to each example.

Bidders must achieve the minimum threshold score of 60% overall over the two examples. Any Bidder who fails to achieve the minimum points score will be disqualified at this stage.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Key Performance Indicators will be listed under Section 4.17 of the ITT Document.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 22/04/2024

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 4  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 22/04/2024

Amser lleol: 12:00

Place:

Glasgow City Council, City Chambers, 40 John Street, Glasgow, G2 1DU

Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:

Procurement Officer

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants must hold the certificates for Quality Control and Environmental Management Standards or comply with all the questions noted in SPD Section 4D.

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 (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.

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.

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, contained in the buyers attachments area within the PCS Tender portal 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 within the buyers attachments area within the PCS Tender portal.

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26377. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Mandatory Community Benefits information detailed within Section 5 of the ITT document.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26377. 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:

A summary of the expected community benefits has been provided as follows:

Mandatory Community Benefits requirements as detailed within Section 5 of the ITT document.

(SC Ref:761735)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23 1 Carlton Place

Glasgow

G5 9DA

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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 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 he 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 ("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 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. 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.

VI.5) Dyddiad anfon yr hysbysiad hwn

21/03/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
44421700 Blychau a loceri Sêffs, coffrau cryfion a drysau durblat neu gyfnerthedig
34913510 Cloeon beic Cydrannau sbâr amrywiol
63121100 Gwasanaethau storio Gwasanaethau storio ac adalw
44500000 Offer, cloeon, allweddi, colfachau, ffasnyddion, cadwyni a sbringiau Strwythurau a deunyddiau adeiladu; cynhyrchion ategol ar gyfer adeiladu (ac eithrio cyfarpar trydanol)
39173000 Unedau storio Dodrefn siop

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Lesley.Thomson2@glasgow.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.