Section one: Contracting authority
one.1) Name and addresses
Strathclyde Partnership for Transport
131 St Vincent Street
Glasgow
G2 5JF
Telephone
+44 1413333556
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
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