Section one: Contracting authority
one.1) Name and addresses
Strathclyde Partnership for Transport
131 St Vincent Street
Glasgow
G2 5JF
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10382
one.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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Aluminium Bus Shelter Supply, Installation & Groundworks
Reference number
22-087
two.1.2) Main CPV code
- 44212321 - Bus shelters
two.1.3) Type of contract
Supplies
two.1.4) Short description
Strathclyde Partnership for Transport (SPT) wishes to establish a single supplier framework for the supply and installation of aluminium bus shelters across the Strathclyde area.
As this is a single supplier framework there is no guaranteed level of spend. The estimated figure stated is based on historical information.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44212321 - Bus shelters
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Across the Strathclyde area
two.2.4) Description of the procurement
Strathclyde Partnership for Transport (SPT) wishes to establish a single supplier framework for the supply and installation of aluminium bus shelters across the Strathclyde area.
As this is a single supplier framework there is no guaranteed level of spend. The estimated figure stated is based on historical information.
two.2.5) Award criteria
Quality criterion - Name: Method Statements / Weighting: 20
Quality criterion - Name: Mobilisation / Weighting: 20
Quality criterion - Name: Methodology / Weighting: 20
Quality criterion - Name: Critical Supply Chain / Weighting: 10
Quality criterion - Name: SLA / Weighting: 10
Quality criterion - Name: Contract Management / Weighting: 20
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The requirement will be retendered during the final year of this contract.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In the process of installing the shelters, should there be requirements for works in realm of the shelters, SPT reserve the right to award the following modifications under this contract:
Supply and installation of new or modification of existing kerbing
Tarmacking requirements which arise due to the installation of bus shelters
Repairs and/or modifications to the footway
Retro fitting updated equipment on or beside shelter
Shelters to include “green roofs”
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
SPD Question 4A.1 Trade RegistersIt is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to our satisfaction that they are trading from the address provided in the tender and under the company name given.
If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
SPD Question 2.C.1 Reliance on the capacities of other entities. Bidders are required to complete a full ESPD for each of the entities whose capacity they rely upon
SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely Bidders are required to complete a shortened version of the ESPD for each Subcontractor on whose capacity the bidder does not rely on.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The following are evaluated as pass/fail in the qualification envelope:
Insurance
Duns Rating
A fail will result in a tenderers bid being set aside.
Minimum level(s) of standards possibly required
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Professional Risk Indemnity: GBP5,000,000
Employer's (Compulsory) Liability: GBP5,000,000
Public Liability: GBP10,000,000
Product Liability: GBP5,000,000
With regards SPD question 4B.6 SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders. Bidders with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Bidders must confirm within their response to the relevant question within the Qualification Envelope, the value of their D&B Failure Score.
In the event that the bidder does not have a Dun and Bradstreet rating or they consider that the rating has been adversely affected by factors which they can offer mitigating evidence for, we will use the following ratios to evaluate a bidder’s financial status. Bidders must confirm within their response to the relevant question within the Qualification Envelope, the name and value of the 3 financial ratios listed below as taken from their own Accounts.
1 Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;
2 Liquidity – this value is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio;
3 Gearing – this value is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.
Where 2 out of the 3 ratios cannot be met, we may then take account of other factors (including those listed below) when assessing financial viability and the risk to the organisation, providing that the Bidder can submit acceptable evidence to substantiate any of the mitigating criteria.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Relevant contract examples
ISO 14001 or equivalent
ISO 9001 or equivalent
Minimum level(s) of standards possibly required
Minimum number of relevant examples: two relevant contract examples of a similar scope in the previous five years. These examples will be evaluated as pass/fail.
Tenderers are required to be ISO 14001 accredited or be able to provide evidence of having an internal system that works to those standards. This will be evaluated as pass/fail
Tenderers are required to be ISO 9001 accredited or be able to provide evidence of having an internal system that works to those standards. This will be evaluated
as pass/fail.
Any response scoring a fail to the above will be set aside.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-034487
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 February 2023
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 23 June 2023
four.2.7) Conditions for opening of tenders
Date
23 February 2023
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: In the final year of this contract
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) 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.
SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23040. 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:
Community benefits will apply to this contract. As this contract is a framework, there is no guarantee of spend. However, the estimated spend may be GBP4,600,000. Therefore, the actual spend value will be reviewed annually and the successful contractor will be obliged to commit to deliver community benefits related to that spend. The community benefits offering will be as per the points matrix and menu supplied with the tender documentation.
(SC Ref:718282)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
Country
United Kingdom