Opportunity

Provision of Zonecard Retail Outlet Network

  • Strathclyde Partnership for Transport

F02: Contract notice

Notice reference: 2023/S 000-021585

Published 26 July 2023, 9:41am



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

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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 Zonecard Retail Outlet Network

Reference number

23-118

two.1.2) Main CPV code

  • 66172000 - Financial transaction processing and clearing-house services

two.1.3) Type of contract

Services

two.1.4) Short description

SPT, on behalf of the ZoneCard operators, is working to modernise the ZoneCard multi-modal public transport ticketing arrangement onto an ITSO smart platform.

SPT is seeking to procure the services of a local retail network, specifically a supplier who can facilitate the retail of ITSO smart tickets onto customer smartcards, taking cash and card payments, in locations throughout the ZoneCard area: https://www.spt.co.uk/tickets/zonecard/zonecard-area-map/

two.1.5) Estimated total value

Value excluding VAT: £280,000

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

West Central Scotland

two.2.4) Description of the procurement

SPT, on behalf of the ZoneCard operators, is working to modernise the ZoneCard multi-modal public transport ticketing arrangement onto an ITSO smart platform.

SPT is seeking to procure the services of a local retail network, specifically a supplier who can facilitate the retail of ITSO smart tickets onto customer smartcards, taking cash and card payments, in locations throughout the ZoneCard area: https://www.spt.co.uk/tickets/zonecard/zonecard-area-map/

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

SPT reserves the right to extend this contract by a further 36 months in any increment

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

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.

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, SPT will use the following ratios to evaluate a bidder’s financial status.

Minimum level(s) of standards possibly required

Bidders choosing not to provide a DBAi rating must confirm within their response to Question 4B.4, the value of the 3 financial ratios listed below as taken from their own most recent 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.

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Professional Risk Indemnity: 5m GBP

Employer's (Compulsory) Liability: 10m GBP

Public Liability: 5m GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

The bidder is required to provide two examples of where they have put in place a retail network for a new client, specifically within the West of Scotland.

Minimum level(s) of standards possibly required

The examples given must be of a similar size and preferably nature of this specific requirement, and demonstrate retail network coverage across the Zones as defined within the Technical Specification.


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-014237

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 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

Tender must be valid until: 12 December 2023

four.2.7) Conditions for opening of tenders

Date

15 August 2023

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24545. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:739818)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sherriff and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Glasgow Sherriff and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom