Opportunity

Bus Infrastructure Cleaning and Inspection Contract

  • Strathclyde Partnership for Transport

F02: Contract notice

Notice reference: 2023/S 000-022264

Published 1 August 2023, 9:29am



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

Bus Infrastructure Cleaning and Inspection Contract

Reference number

20-076

two.1.2) Main CPV code

  • 90917000 - Cleaning services of transport equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Strathclyde Partnership for Transport (SPT) currently manages bus shelters on behalf of 10 Councils in the SPT area and as part of these agency arrangements we are looking to procure a contractor to be responsible for the cleaning and inspection of 3,300+ bus shelters, on a variety of cycles, to retain the shelters in a clean condition and establish an information flow relating to damage. In seven council areas the shelters are washed and inspected monthly, in one council area the shelters are washed every 2 months and in two council areas the shelters are washed every 3 months; however these frequencies may change throughout the contract period.

In addition, SPT owns over 13,800+ bus stop pole mounted information cases located at around 9,760+ bus stops throughout 12 Council areas which require regular programmed cleaning and reporting of damage to SPT via an established reporting procedure. The bus stop poles and flags will also be cleaned and inspected at these visits. A requirement of the cleaning is to open the information cases and clean inside.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90917000 - Cleaning services of transport equipment

two.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

Cleaning and inspection of 3,300+ bus shelters and 13,800 bus stop pole mounted information cases, on mainly a monthly cycle, to retain in a clean condition and establish an information flow relating to damage

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

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

SPT reserves the right to extend this contract for a further period of 24 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 undertake similar cleaning and inspection services.

Bidders are asked to provide details of how they will meet the minimum environmental constraints referred to in the spec, namely how they intend to meet the Vehicle, Generator and Chemical requirements detailed.

Bidders are required to detail the vehicles and plant that they have available which will provide assurance that they are able to meet the capacity and extent of the required services across the geographical area.

Minimum level(s) of standards possibly required

Bidders will be expected to operate the contract using a zero emissions fleet within 5 years of commencement. All powered cleaning equipment will be expected to be either electric or gas powered within 12 months of commencement.

Bidders will as a minimum be expected to pay the Real Living Wage to all staff involved in this contract from the commencement date.


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: 2020/S 169-410323

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

Date

5 September 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

5 September 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: January 2030

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 17965. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Using the Community Benefits Menu provided, Bidders will detail both the type and value of the Benefits offered.

(SC Ref:740276)

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