Provision of Pay As You Go Car Club Service (Великобритания (Англия, Шотландия, Уэльс) - Тендер #47237690) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: Glasgow City Council Номер конкурса: 47237690 Дата публикации: 18-10-2023 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
| Title: | Provision of Pay As You Go Car Club Service |
| OCID: | ocds-h6vhtk-03b223 |
| Published by: | Glasgow City Council |
| Authority ID: | AA20167 |
| Publication Date: | 18/10/2023 |
| Deadline Date: | |
| Deadline Time: | |
| Notice Type: | Contract Award Notice |
| Has Documents: | No |
| Has SPD: | No |
| Abstract: |
Glasgow City Council is inviting tender bids from experienced car club operators to provide a mixed model of Return-to-base and a One-way (flexible) car club service from council provided on-street parking locations, council Controlled Parking Zones (CPZ) / Restricted Parking Zones . The mixed model services are detailed below: - Return-to-base (fixed)- 53 on-street Parking Bays within 46 locations (of which 23 are Electric Vehicles with EV charging points). - One-way (flexible) - Estimated 17 on-street Controlled Parking Zones/ Restricted Parking Zones within 13 available zones of the city (of which 4 are currently in use with 1 vehicle in each location). - Total vehicles required for contract commencement date is, as a minimum, 53 populated over 46 On-street locations. Of these 53 vehicles, 23 shall be fully electric and in particular all City Centre locations will be fully electric to meet any city Low Emission Zone requirements. There are 17 residential parking permits being offered across 13 controlled parking areas, which will require Hybrid vehicles. |
Results of the procurement procedure
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Telephone: +44 1412876845
E-mail: caroline.dougan@glasgow.gov.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
The contract is awarded by a central purchasing body
Regional or local authority
General public services
Provision of Pay As You Go Car Club Service
Reference number: GCC005494CPU
II.1.2) Main CPV code66114000
II.1.3) Type of contractServices
II.1.4) Short descriptionGlasgow City Council is inviting tender bids from car club operators to provide two mixed models consisting of Return-to-base and a One-way (flexible) car club service. These shall be operated from council on-street parking locations, council Controlled Parking Zones / Restricted Parking Zones or alternative locations as agreed from time to time within the City of Glasgow. The council is also looking for a mandatory annual payment of 30,000 GBP for the duration of the contract.
II.1.6) Information about lotsThis contract is divided into lots: No
II.1.7) Total value of the procurementValue excluding VAT: 2 154 558.00 GBP
34100000
II.2.3) Place of performanceNUTS code:
UKM82
Main site or place of performance:
Glasgow City
II.2.4) Description of the procurementGlasgow City Council is inviting tender bids from experienced car club operators to provide a mixed model of Return-to-base and a One-way (flexible) car club service from council provided on-street parking locations, council Controlled Parking Zones (CPZ) / Restricted Parking Zones .
The mixed model services are detailed below:
- Return-to-base (fixed)- 53 on-street Parking Bays within 46 locations (of which 23 are Electric Vehicles with EV charging points).
- One-way (flexible) - Estimated 17 on-street Controlled Parking Zones/ Restricted Parking Zones within 13 available zones of the city (of which 4 are currently in use with 1 vehicle in each location).
- Total vehicles required for contract commencement date is, as a minimum, 53 populated over 46 On-street locations. Of these 53 vehicles, 23 shall be fully electric and in particular all City Centre locations will be fully electric to meet any city Low Emission Zone requirements. There are 17 residential parking permits being offered across 13 controlled parking areas, which will require Hybrid vehicles.
II.2.5) Award criteriaQuality criterion: Membership Term and Conditions / Weighting: 10
Quality criterion: Booking and Access Technology / Weighting: 10
Quality criterion: Vehicle Fleet / Weighting: 5
Quality criterion: Marketing / Weighting: 8
Quality criterion: Business Plan and Growth / Weighting: 7
Quality criterion: Service Level / Weighting: 5
Quality criterion: Sustainability / Weighting: 5
Quality criterion: Data Protection / Weighting: 5
Quality criterion: Fair Work Practice / Weighting: 5
Price / Weighting: 40
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
Notice number in the OJ S:
2023/S 000-007174
Contract No: GCC005494CPU
A contract/lot is awarded: Yes
29/08/2023
V.2.2) Information about tendersNumber of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractorCo-wheels car club
7-15 Pink Lane
Newcastle Upon Tyne
NE1 5DW
UK
Telephone: +44 7394047708
E-mail: jonathan.collinson@co-wheels.org.uk
NUTS: UKM82
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot:
Total value of the contract/lot: : 2 154 558.00 GBP
V.2.5) Information about subcontractingEconomic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts(Scotland) Regulations 2015.
For SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; Bidders should hold the relevant certificates for Quality Assurance Schemes and Environmental Management Standards . If Bidders do not hold the relevant certificates, they will be required to respond to supporting questions.
Bidders must complete Document Eight – Health and Safety Questionnaire and submit it with the tender submission (Only bidders who pass the health and safety aspect shall be considered.
Bidder must complete Document Seven - Security System Assessment and submit it with their tender submission (The council will undertake the evaluation of this element for the preferred Bidder. Should the council identify any minor remedies, they must be completed within 14 days of contract award.
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
Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer.
Prompt Payment
The successful Supplier 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.
Non Collusion
Bidders 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 attachments area within the PCS Tender portal and are reference Document Three
Additional information pertaining to this contract notice is contained in the Invitation to Tender Document One.
Bidders must ensure they read all the attachments available in the attachment area in line with this contract notice.
(SC Ref:744589)
Glasgow Sheriff Court and Justice of the Peace Court
PO Box 23 1 Carlton Place
Glasgow
G2 9DA
UK
E-mail: glasgow@scotcourts.gov.uk
Internet address(es)
URL: http://www.scotcourts.gov.uk/the-courts/court-location/glasgow-sheriff-court-and-justice-of-the-peace-court
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
Glasgow City 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. 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
86 of The Public Contract (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 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.
16/10/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | caroline.dougan@glasgow.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 66114000 | Financial leasing services | Banking services |
| 34100000 | Motor vehicles | Transport equipment and auxiliary products to transportation |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |