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
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
First Systems Upgrade for Glasgow Subway
Reference number
24-075
two.1.2) Main CPV code
- 45312100 - Fire-alarm system installation work
two.1.3) Type of contract
Works
two.1.4) Short description
Open Protocol Fire Systems upgrade to St Enoch and Kelvinhall Subway Stations, with the potential for other stations to follow should budget become available.
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31625100 - Fire-detection systems
- 45343000 - Fire-prevention installation works
- 44480000 - Miscellaneous fire-protection equipment
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Installation of open protocol fire systems at St Enoch and Kelvinhall Subway Stations, Glasgow, to replace existing closed protocol system.
Note that SPT reserves the right to award further works of a similar nature for additional Stations to the awarded contractor, where budget allows.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 55
Price - Weighting: 45
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
This contract is subject to renewal
Yes
Description of renewals
Note that SPT reserves the right to award further works of a similar nature for additional Stations to the awarded contractor, where budget allows.
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.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must either confirm 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 being evaluated.
Bidders must in addition hold appropriate levels on Insurance, which are detailed within the SPD.
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 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.
The required Insurances are
Professional Risk Indemnity: GBP 1m
Employer's (Compulsory) Liability: GBP 5m
Public Liability: GBP 5m
three.1.3) Technical and professional ability
List and brief description of selection criteria
the Bidder must provide 3 examples from the last 5 years where the have undertaken works of a similar nature to the requirements detailed in the Specification.
Minimum level(s) of standards possibly required
Ideally these works 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
4 June 2024
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
Tender must be valid until: 1 October 2024
four.2.7) Conditions for opening of tenders
Date
4 June 2024
Local time
12:00pm
Place
Glasgow
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
SPT will not accept any bid where the level of sub-contracted works exceeds 50%, and the bidder then effectively becomes a management company and has limited control over the entity/entities undertaking the physical works.
.
It is 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 Bidder is required to demonstrate that they have available, sufficient and appropriate levels and types of plant and equipment, including access plant, to be able to undertake these works
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26688. 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
(SC Ref:765590)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom