Tender

Provision of Public Affairs Support

  • Strathclyde Partnership for Transport

F02: Contract notice

Notice identifier: 2025/S 000-001839

Procurement identifier (OCID): ocds-h6vhtk-04d492

Published 20 January 2025, 12:00pm



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

Access to the procurement documents is restricted. Further information can be obtained at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=8aba4feb-1349-4bf7-8cdd-ea86b629c98c

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?VISITORID=8aba4feb-1349-4bf7-8cdd-ea86b629c98c

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

Provision of Public Affairs Support

Reference number

25-004

two.1.2) Main CPV code

  • 79416200 - Public relations consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

We are seeking proposals from experienced public affairs individuals and firms to support SPT’s public policy advocacy, stakeholder engagement, and influencing role in this area.

two.1.5) Estimated total value

Value excluding VAT: £120

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79416000 - Public relations services
  • 79416100 - Public relations management services
  • 79416200 - Public relations consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow City

two.2.4) Description of the procurement

We are seeking proposals from experienced public affairs individuals and firms to support SPT’s public policy advocacy, stakeholder engagement, and influencing role in this area.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The option to extend the term by a further period of 24 months in any increment is included

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The option is present to procure services of a similar nature from the awarded provider to those detailed in the scope, without limit to value.

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

Bidders must either confirm at Question 4B.4 of the SPD that they have a Dun and Bradstreet failure score of 51 or above (and provide the score), or if they cannot evidence this or do not have a D&B score they must provide instead the value of the 3 financial ratios below.

The name of the 3 ratios to be evaluated are Profitability, Gearing and Liquidity. The acceptable values and method of calculation are detailed in the Evaluation Guidance document provided and below

Where 2 out of the 3 ratios cannot be met the bidder must confirm below which other mitigating factors may apply which SPT may consider. Again these are detailed in the Evaluation Guidance document.

Minimum level(s) of standards possibly required

In the absence of a Dun and Bradstreet Score, the name and required values of the Financial Ratios to be provided by the Bidder are as follows

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.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Using the Template provided at 4C.1.2 of the SPD, the Bidder must provide 3 examples from the last 3 years where the have undertaken services of a similar nature to the requirements detailed in the Scope and as described within this Contract Notice. Ideally these will have been undertaken on behalf of a Public body and within a similar environment.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

24 February 2025

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 February 2025

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

It is a preference (not a requirement) that the bidder recommended for award either holds Environmental Management Accreditation ISO 14001, or can demonstrate that they have the equivalent level of internal management processes.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28356. 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 applicable CB's is included within the tender documentation

(SC Ref:788231)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom