Opportunity

Supply and Installation of Left Luggage Lockers at Buchanan Bus Station

  • Strathclyde Partnership for Transport

F02: Contract notice

Notice reference: 2022/S 000-026202

Published 20 September 2022, 11:59am



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

Telephone

+44 1413333556

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

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

Supply and Installation of Left Luggage Lockers at Buchanan Bus Station

Reference number

22-061

two.1.2) Main CPV code

  • 44421710 - Left-luggage lockers

two.1.3) Type of contract

Supplies

two.1.4) Short description

SPT is seeking a main contractor to supply and install left luggage lockers at Buchanan Bus Station in Glasgow.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Supply and Installation of Lockers - Outright Purchase

Lot No

1

two.2.2) Additional CPV code(s)

  • 44421710 - Left-luggage lockers

two.2.3) Place of performance

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

Glasgow City Centre

two.2.4) Description of the procurement

For lot one SPT are seeking a contractor to supply and install left luggage lockers at Buchanan Bus for outright purchase by SPT. The lockers are required to have cash and cashless payment facilities.

two.2.5) Award criteria

Quality criterion - Name: Methodology and Proposal / Weighting: 60

Quality criterion - Name: Understanding of Requirement / Weighting: 10

Quality criterion - Name: Contract Management / Weighting: 10

Quality criterion - Name: Component Lifecycle / Weighting: 10

Quality criterion - Name: Environmental Impact of Product / Weighting: 10

Price - Weighting: 60

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

Duration in months

1

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

SPT are seeking information and costs regarding an option for a maintenance agreement with the successful contractor.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Supply and Installation of Lockers - Leasing Agreement

Lot No

2

two.2.2) Additional CPV code(s)

  • 44421710 - Left-luggage lockers

two.2.3) Place of performance

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

Glasgow City Centre

two.2.4) Description of the procurement

For lot 2 SPT are seeking a contractor who will supply and install left luggage lockers on a leasing agreement.

two.2.5) Award criteria

Quality criterion - Name: Methodology / Weighting: 60

Quality criterion - Name: Understanding of Requirement / Weighting: 10

Quality criterion - Name: Contract Management / Weighting: 10

Quality criterion - Name: Component Lifecycle / Weighting: 10

Quality criterion - Name: Environmental Impact of Product / Weighting: 10

Price - Weighting: 60

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Should lot 2 be awarded the length of the original agreement may be extended as an allowable modification.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

SPT include the option to extend the length of the leasing agreement once original awarded term has expired as an allowable modification to the contract.

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

Response to Section 3 of the Scottish Procurement Document (SPD)

Duns Failure Rating

Required Insurances

Minimum standards are provided below with further information contained within the Evaluation of Tender document.

Minimum level(s) of standards possibly required

SPD Questions 3A 3B and 3C have been identified as mandatory exclusion grounds and SPD Questions 3B and 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be dealt with on a PASS/FAIL basis.

SPD questions 4B and 4C will be assessed on a PASS/FAIL basis. SPT’s minimum requirements for each of these criteria are described below. Your bid will be assessed as a FAIL where you fail to provide a positive response or provide details that are insufficient to satisfy SPT that the bidder is able to meet the minimum stated requirements.

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.

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, 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 and 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 and 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;

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.

Please note that a Failure Score below 51 or where SPT have reviewed your accounts and any supporting evidence and have deemed your organisation to be at a high risk of failure, your submission will be considered as having not met the required criteria, will be dismissed and not taken forward for further evaluation.

Insurance requirements are: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 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 GBP5,000,000 and Employers’ Liability Insurance in the sum of no less than GBP5,000,000 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

Experience of Similar

ISO 9001 or equivalent

ISO 14001 or equivalent

Minimum level(s) of standards possibly required

SPT are seeking two examples of a similar scale to this requirement, if you are bidding for both lots, there must be one example of provided for each.

Tenderers must be ISO 9001 accredited or have and can provide evidence of an internal system which works to this standard.

Tenderers must be ISO 14001 accredited or have and can provide evidence of an internal system which works to this standard.


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

25 October 2022

Local time

10:00am

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: 22 February 2023

four.2.7) Conditions for opening of tenders

Date

25 October 2022

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

Bidders can submit a bid for either one or both lots.

SPT will evaluate both lots and reserve the right to award the contract to the most economically advantageous tender from either lot.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22269. 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:

The community benefits to be provided under this contract will be dependant on the overall value. Information is provided in the commercial envelope on PCST.

(SC Ref:705578)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom