Opportunity

Main Contractor to Design Supply and Install Car Park Access Control and Revenue System

  • Strathclyde Partnership for Transport

F02: Contract notice

Notice reference: 2021/S 000-027653

Published 4 November 2021, 10:34am



Section one: Contracting authority

one.1) Name and addresses

Strathclyde Partnership for Transport

131 St Vincent Street

Glasgow

G2 5JF

Contact

Anne Finlay

Email

procurement@spt.co.uk

Telephone

+44 1413333738

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

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