Opportunity

Automatic & Manual Doors for SPT

  • Strathclyde Partnership for Transport (UTILITIES)

F05: Contract notice – utilities

Notice reference: 2023/S 000-018613

Published 30 June 2023, 8:48am



Section one: Contracting entity

one.1) Name and addresses

Strathclyde Partnership for Transport (UTILITIES)

131 St Vincent Street

Glasgow

G2 5 JF

Contact

Daniel McIver

Email

procurement@spt.co.uk

Telephone

+44 1413333474

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Automatic & Manual Doors for SPT

Reference number

22-094

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

Strathclyde Partnership for Transport (SPT) wishes to appoint a qualified and experienced Contractor to provide maintenance support for all SPTs Automated and Manual Doors spread across the entire SPT estate including its Bus and Subway operations. Maintenance support shall incorporate both preventative and reactive activity, as well as all critical spares management.

The Contractor will be required to provide a cost for:

Fully Managed Service

a fully preventative maintenance and reactive repair service including the provision of all labour, parts, materials and consumables, in respect of all doors across the SPT estate and the only exception being for acts of vandalism, which would be regarded as out-with the scope of this contract and can be invoiced as additional works.

Preventative and Reactive Call outs

a fully preventative maintenance service including the provision of all labour with the exception being reactive call outs, parts, materials and consumables, in respect of all doors across the SPT estate which will be regarded as out of scope and will invoiced as additional works.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44221200 - Doors
  • 50324200 - Preventive maintenance services

two.2.3) Place of performance

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

SPT estate

two.2.4) Description of the procurement

Single stage open

Strathclyde Partnership for Transport (SPT) wishes to appoint a qualified and experienced Contractor to provide maintenance support for all SPTs Automated and Manual Doors spread across the entire SPT estate including its Bus and Subway operations. Maintenance support shall incorporate both preventative and reactive activity, as well as all critical spares management.

The Contractor will be required to provide a cost for:

Fully Managed Service

a fully preventative maintenance and reactive repair service including the provision of all labour, parts, materials and consumables, in respect of all doors across the SPT estate and the only exception being for acts of vandalism, which would be regarded as out-with the scope of this contract and can be invoiced as additional works.

Preventative and Reactive Call outs

a fully preventative maintenance service including the provision of all labour with the exception being reactive call outs, parts, materials and consumables, in respect of all doors across the SPT estate which will be regarded as out of scope and will invoiced as additional works.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £500,000

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

Five years with a SPT break clause after year three subject to performance of the contract delivery

two.2.10) Information about variants

Variants will be accepted: Yes

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

as per T&C's 16.2 - insurance levels

With regards SPD question 4B.6 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.

Minimum level(s) of standards possibly required

The Contractor shall effect with an insurance company or companies

acceptable to SPT a policy or policies of insurance in respect of all the matters

which are subject of the indemnities on the part of the Contractor contained in

this Contract including Professional Liability Insurance in the sum of no less

than 5,000,000 GBP, Public Liability Insurance in the sum of no less than

10,000,000 GBP, Product Liability Insurance in the sum of no less than

14

5,000,000 GBPand Employers’ Liability Insurance in the sum of no less than

5,000,000 GBP at least, each in respect of any one incident and unlimited in total,

unless otherwise agreed by SPT in writing.

three.1.3) Technical and professional ability

List and brief description of selection criteria

as per 4c of SPD

Minimum level(s) of standards possibly required

Previous Contract Examples

QMS accredited to ISO 9001 or equivalent

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

SLA as per ITT docs


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 August 2023

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

4 August 2023

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: 3 years if extension option of 2 years is not exercised

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24482. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

Community Benefits

SPT is committed to the promotion of community benefits (CB). Bidders will be asked in the Commercial Envelope to identify what community benefits they propose to deliver under this contract.

Suppliers must state that CBs will be provided and what they will be in line with the points/cost menu provided (40 points worth over the next 5 years). Suppliers must also state what the equivalent is in GBPs.

The successful bidder will be expected to provide an annual breakdown.

All tenderers must provide community benefits with this tender in line with the community benefits menu provided. Failure to comply will result in your tender submission being set aside.

(SC Ref:737031)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

GLASGOW

G5 9DA

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

GLASGOW

G5 9DA

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

GLASGOW

G5 9DA

Country

United Kingdom