Opportunity

Supply, Delivery and Installation of RTPI Units

  • Strathclyde Partnership for Transport

F02: Contract notice

Notice reference: 2022/S 000-001831

Published 21 January 2022, 11:44am



Section one: Contracting authority

one.1) Name and addresses

Strathclyde Partnership for Transport

131 St Vincent Street

Glasgow

G2 5JF

Email

procurement@spt.co.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.spt.co.uk

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/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom