Section one: Contracting authority
one.1) Name and addresses
Strathclyde Partnership for Transport
131 St Vincent Street
Glasgow
G2 5JF
Telephone
+44 14133333211
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
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.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 WiFi at Various SPT Sites
Reference number
23-111
two.1.2) Main CPV code
- 72400000 - Internet services
two.1.3) Type of contract
Services
two.1.4) Short description
SPT are seeking a contractor to provide public WiFi access at various SPT sites
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72400000 - Internet services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow, East Kilbride, Hamilton and Greenock
two.2.4) Description of the procurement
Strathclyde Partnership for Transport (SPT) are seeking to engage a suitable organisation to provide public WiFi internet access at all 15 Glasgow Subway Stations, Buchanan Bus Station, East Kilbride Bus Station, Hamilton Bus Station and Greenock Bus Station.
The successful organisation will require to strip out legacy equipment, survey the areas (if required), provide the equipment, connection and software.
SPT reserves the right to modify this contract as follows:
to include any other part of the SPT estate;
Alter/improve the service provision during the contract duration
Maintenance and repair of fibre cable (if utilised by tenderers solution)
SPT will also seek options for maintenance of the equipment installed and the removal of the equipment at the end of the contract.
two.2.5) Award criteria
Quality criterion - Name: Speficiation / Weighting: 30
Quality criterion - Name: Methodology / Weighting: 20
Quality criterion - Name: Programme / Weighting: 10
Quality criterion - Name: Account Management / Weighting: 30
Quality criterion - Name: Quality of Personnel / Weighting: 10
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
It is likely this service will be renewed. However, this will be subject to review
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options for maintenance and strip out of equipment.
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
SPD Question 4A.1 Trade Registers It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to our satisfaction that they are trading from the address provided in the tender and under the company name given.
SPD Question 4A.2 Authorisation/Membership If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Sub-Contractors whose capacity is/isn't relied upon
Economic status
Insurance
DUNS Failure Score
Minimum level(s) of standards possibly required
The Qualification Envelope is the SPD for this tender. SPD Q 2.C.1 Reliance on the capacities of other entities Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon SPD Q 2.D.1 Subcontractors on whose capacity the bidder does not rely Bidders are required to complete a shortened version of the ESPD for each Subcontractor on whose capacity the bidder does not rely on.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
SPD Q 3A–3C have been identified as mandatory exclusion grounds & SPD Q 3D have been identified as discretionary exclusion grounds. The exclusion grounds will be assessed on a PASS/FAIL basis. For mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or details to the satisfaction of SPT of the self cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if SPT is not satisfied as to the self cleansing measures undertaken.
The Contractor shall fully indemnify, keep indemnified & save & hold harmless SPT, its servants and agents against all action, claims, demands, costs & expenses including legal expenses incurred by or made against SPT, its servants or agents in respect of any loss of or damage to property or personal injury (including death) resulting directly or indirectly from anything done or omitted to be done under the Contract to the extent that such loss, damage or injury is caused by the negligence or other wrongful act or omission of the Contractor, its servants or agents.
The Contractor shall effect with an insurance company or companies acceptable to SPT a policy or policies of insurance covering all the matters which are the subject of the indemnities & undertakings on the part of the Contractor contained in this Contract including Professional Liability Insurance in the sum of no less than GBP5,000,000, Public Liability Insurance in the sum of no less than GBP10,000,000, Product Liability Insurance in the sum of no less than GBP10,000,000 & Employers Liability Insurance in the sum of no less than GBP10,000,000 at least, each in respect of any one incident and unlimited in total, unless otherwise agreed by SPT in writing.
Full information on Insurance is contained in the tender documentation.
With regards SPD Q 4B, SPT will use Dun & 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 & 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 & value of the 3 financial ratios listed below as taken from their own Accounts.
Profitability this is taken as profit after tax but before dividends & minority interests. If a company makes a profit then it is a pass for this ratio;
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;
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Question 4C.1.2 Technical and Professional Ability
SPD Question 4D.1 Quality Accreditation
SPD Question 4D.2 Environmental Accreditations
Technical envelope compliance and sustainability questions
Health and Safety and Cyber Security Questionnaires
Minimum level(s) of standards possibly required
With reference to the nature and details of the supplies/services that are the subject matter of this tender, three relevant examples are to be provided of the supplies/services undertaken by the bidder in the last 3 years. The examples must be of a similar size and scope to SPT's requirements .
All tenderers must be ISO 9001 accredited or have an internal system that adheres to the standards of ISO 9001
All tenderers must be ISO 14001 accredited or have an internal system that adheres to the standards of ISO 14001.
Tenderers will be asked to provide a response to compliance and sustainability questions within the technical envelope. Failure to provide a response or comply may result in the bid being set aside.
Tenderers must complete and upload with their response the Health and Safety and Cyber Security Questionnaires. These will be evaluated at Preferred Bidder stage.
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
8 August 2023
Local time
10:00am
Changed to:
Date
29 August 2023
Local time
10:00am
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
Tender must be valid until: 6 December 2023
four.2.7) Conditions for opening of tenders
Date
8 August 2023
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Five years.
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
A site visit for this tender exercise will be held on 11 July 2023. If you become aware of this notice after this date and wish to attend a site visit please contact SPT via the PCST website.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24429. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:736441)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom