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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Supply, Delivery and Installation of RTPI Units
Reference number
21-210
two.1.2) Main CPV code
- 48813200 - Real-time passenger information system
two.1.3) Type of contract
Supplies
two.1.4) Short description
Single Supplier Framework for the Supply, Delivery and Installation of Real Time Passenger Information units for Bus Stations and Stops
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30231310 - Flat panel displays
- 39133000 - Display units
- 48813000 - Passenger information system
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Supply, Delivery and Installation of Real Time Passenger Information Display Units for Bus services. These will be located either within Bus Stations or on street.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
4 June 2026
This contract is subject to renewal
Yes
Description of renewals
Extensions up to a maximum of 24 months in any increment are included
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The awarded contract may be used to procure additional related goods, works and services up to any value during its term.
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.1.2) Economic and financial standing
List and brief description of selection criteria
SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders.
.
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, SPT will use financial ratios, Profitability, Liquidity and Gearing, to evaluate a bidder’s financial status.
Minimum level(s) of standards possibly required
Bidders with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability.
.
Where 2 out of the 3 stated financial ratios cannot be met, we may then take account of other factors 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"
.
The following Insurances are also required
.
Professional Risk Indemnity: GBP 1m GBP per claim without limit to the number of claims
Employer's (Compulsory) Liability: 5m GBP per claim without limit to the number of claims
Public Liability: GBP 5m GBP per claim without limit to the number of claims
Product Liability: GBP 5m GBP per claim without limit to the number of claims
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders must demonstrate previous experience in the design and supply of units, the design for installation and the installation itself.
Minimum level(s) of standards possibly required
At least two previous examples of similar contracts in terms of volume ad value must be demonstrated
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As defined within the Terms and Conditions
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Small marketplace with few operators and therefore minimal competition
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.2.2) Time limit for receipt of tenders or requests to participate
Date
21 February 2022
Local time
12:00pm
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 February 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
Bidders will require to describe in detail how they plan to move to net zero carbon across their organisation and within their logistics and supply chain, and the date they are targeting to reach this.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20301. 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: 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 menu of Community Benefits is included in the tender which bidders must choose a number of benefits from to make up the requirement.
(SC Ref:678380)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sherriff and Justice of the Peace Court
Sheriff Clerk's Office, PO Box 23, 1 Carlton Place
Glasgow
Telephone
+44 1414298888
Country
United Kingdom