Section one: Contracting authority
one.1) Name and addresses
Strathclyde Partnership for Transport
131 St Vincent Street
Glasgow
G2 5JF
Contact
Anne Finlay
Telephone
+44 1413333738
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
Main Contractor to Design Supply and Install Car Park Access Control and Revenue System
Reference number
21-117
two.1.2) Main CPV code
- 45213312 - Car park building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Strathclyde Partnership for Transport (SPT) are seeking Main Contractor to design (if required), supply and install a new car park access control and revenue collection system at three Glasgow Subway park and ride site
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45111290 - Primary works for services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Main Contractor to design (if required), supply and install a new car park access control and revenue collection system at three Glasgow Subway park and ride sites at Bridge Street, Shields Road and Kelvinbridge Subway Stations.
two.2.5) Award criteria
Quality criterion - Name: Proposed solution / Weighting: 50
Quality criterion - Name: Methodology and Programme / Weighting: 30
Quality criterion - Name: Testing and Commissioning Process / Weighting: 15
Quality criterion - Name: Community Benefits / Weighting: 5
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
4
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
SPT seek an option for maintenance of the equipment and associated software/hardware. The maintenance option won’t be evaluated as part of the award criteria for this contract as it will be at SPT’s sole discretion as to whether the option is awarded. Further discussion on the maintenance offering may be discussed with the preferred bidder prior to award of 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
two.2.14) Additional information
SPT reserves the right to award any future replacement of the supply and installation of other equipment associated with car parks to the successful bidder eg electric vehicle charging points, cycling racks. SPT also reserves the right to award any future park and ride car park system requirements to the successful bidder for this contract for up to a period of ten years and for any value
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
With regards SPD question 4B, SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders.
Tenderers must hold or commit to obtaining the insurances listed below.
Minimum level(s) of standards possibly required
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.
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.
Where 2 out of the 3 ratios cannot be met, we may then take account of other factors (including those listed below) when assessing financial viability and the risk to the organisation, providing that the Bidder can submit acceptable evidence to substantiate any of the mitigating criteria.
Insurances:
1.2. The Contractor shall effect with an insurance company or companies acceptable to SPT a policy or policies of insurance covering all the matters which are the subject of the indemnities and undertakings 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
ISO 9001 and ISO 14001 Accreditations or equivalent.
Experience of delivering similar scope of works
Minimum level(s) of standards possibly required
Tenderers must be ISO 9001 and ISO 14001 accredited or can provide evidence of internal systems that adhere to these standards.
Tenderers to provide evidence of two projects which mirror this scope of requirements within five previous years, SPT reserve right to contact client and/or visit site for demonstration The examples will be scored from 0-4 and used to reduce number of candidates to an envisaged amount of five to be invited to tender.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 2021/S 000-022566
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 December 2021
Local time
10:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 December 2021
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: 1 July 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a two-stage procurement exercise.
The terms and conditions of contract shall be MF1 (Rev 6)
A mandatory site visit will take place at stage two of this tender exercise.
At stage two tenderers will be required to complete a Health and Safety Questionnaire and a Cyber Resilience Questionnaire. The responses for which will be evaluated at preferred bidder stage. SPT reserve the right to exclude a bid at this stage based on the response to either of these questionnaires.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 19441. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:672005)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
GLASGOW
G2 5JF
Country
United Kingdom