Tender

Escalator & Lift Maintenance for SPT

  • Strathclyde Partnership for Transport (UTILITIES)

F05: Contract notice – utilities

Notice identifier: 2021/S 000-012789

Procurement identifier (OCID): ocds-h6vhtk-02b966

Published 8 June 2021, 12:34pm



The closing date and time has been changed to:

20 July 2021, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

Strathclyde Partnership for Transport (UTILITIES)

131, St Vincent Street

Glasgow

G2 5JF

Email

procurement@spt.co.uk

Telephone

+44 1413333738

Fax

+44 1413333224

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.spt.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17342

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.6) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Escalator & Lift Maintenance for SPT

Reference number

21-020

two.1.2) Main CPV code

  • 50740000 - Repair and maintenance services of escalators

two.1.3) Type of contract

Services

two.1.4) Short description

SPT is looking to award a (5+2) 7 year fully managed service and spares provision contract for the maintenance of the SPT estate of its escalators and lifts.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

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

SPT Estate including Bus Stations, Subway Stations and Head offices

two.2.4) Description of the procurement

Single Stage Open

Minimum Selection criteria

Financial - Failure Score

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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

Start date

1 March 2022

End date

28 February 2029

This contract is subject to renewal

Yes

Description of renewals

The contract will be for a minimum of five years with an option for a further two years at the sole discretion of SPT.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Lift and Escalator Industry Association (LEIA)

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. 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 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

Minimum level(s) of standards possibly required

Insurances and Liquidated damages as per Terms and Conditions

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

Previous contract examples of Lifts and Escalators in last 3 years

Lift and Escalator Industry Association (LEIA)

ISO 9001 or equivalent

ISO 14001 or equivalent

ISO 45001 or equivalent

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Bidders should note that SPT consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply to the resultant contract.

Bidders should be aware that there are legal duties on the transferor and transferee under TUPE and liabilities on the transferor and transferee for failure to comply with these duties. Bidders should seek their own legal advice in relation to TUPE


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

Originally published as:

Date

19 July 2021

Local time

12:00pm

Changed to:

Date

20 July 2021

Local time

12:00pm

See the change notice.

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

19 July 2021

Local time

12:00pm

Place

GLASGOW


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: will be advertised in either 5 or 7 years time - depending if extension option is taken

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

Site Visit

An optional site visit will take place for this tender exercise to allow tenders access to view some of the typical assets required maintenance . Details of which are in the tender documentation

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18776. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows:

benefits they propose to deliver under this contract. Bidders should take note of the Community Benefits Menu included with this tender and attached to this guidance when deciding which benefit/s to deliver as part of their offer. Within the response Bidders should also identify when each benefit will be delivered and give a monetary value (GBP) for each. The (GBP) value given is for reporting purposes only and will not be evaluated.

Targeted Recruitment and Training Offering an individual training, apprenticeship, job and work experience as part of the contract

30 points per offering

Young Person Engagement Giving a young person in the area an opportunity to engage in a project. The engagement can range from young people learning about a project to giving them the opportunity to shape and influence a project thus giving them more say in and connection to the future of their area. 30 points per offering

totalling 120 points specifically to the above Community Benefits over the life of the contract

(SC Ref:656328)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23

Glasgow

G5 9DA

Country

United Kingdom