Section one: Contracting authority
one.1) Name and addresses
Strathclyde Partnership for Transport
131 St Vincent Street
Glasgow
G2 5JF
Telephone
+44 14133333115
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
Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers
Reference number
14-126
two.1.2) Main CPV code
- 50720000 - Repair and maintenance services of central heating
two.1.3) Type of contract
Services
two.1.4) Short description
SPT are seeking a main contractor to provide services for the Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers
two.1.5) Estimated total value
Value excluding VAT: £580,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50720000 - Repair and maintenance services of central heating
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
Strathclyde Partnership for Transport (SPT) are seeking to appoint a suitably qualified and experienced service provider to carry out the planned preventative maintenance and reactive repairs of the heating, ventilation, air conditioning , and building management systems, and fire dampers across SPT’s estate. It is anticipated that the contract will be for a five-year period and the contract will commence June 2025.
Tenderers must provide costs for two options;
A. a fully managed service; and
B. a planned preventative maintenance and reactive call-out service.
Whichever option is awarded will be at the discretion of SPT.
two.2.5) Award criteria
Quality criterion - Name: Quality criteria / 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
This contract will last five years and then will be renewed. It is expected the tender will be advertised in the final year of this contract.
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
The modifications listed below will be allowable under this contract:
the installation of new or replacement of existing systems and additional sites.
updating/provision of maintenance manuals
air duct cleaning
Any modifications will be at the discretion of SPT who reserve the right to benchmark costs and tender separately for any additional tasks or special works.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
SPD Question 4A.1 Trade Registers – It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to our satisfaction that they are trading from the address provided in the tender and under the company name given.
If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
SPD Question 4A.2 Authorisation/Membership –
Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Insurance levels
Duns score
Minimum level(s) of standards possibly required
Insurance: 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
Duns: With regards SPD question 4B, 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.
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 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 as described in the instructions for tendering document.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Past Experience
Quality Assurance Accreditation
Environmental Accreditation
Minimum level(s) of standards possibly required
Evidence of 3 No. of commissions that demonstrate the organisation’s ability to carry-out the services as defined in the scope of requirements. These commissions may have been delivered completely in-house or using named sub-contractors and must be related to the scope of requirements and have been delivered in the past three years.
Tenderers shall be ISO 9001accredited or have an internal system which adheres to those standards and regularly audited.
Tenderers shall be ISO 14001 accredited, or have an internal system that adheres to those standards and is regularly audited.
Technical and Professional Ability (Sub-Contracting) – Bidders will be required to confirm within the ITT (Stage 2, Technical Envelope) whether they intend to subcontract and, if so, for what proportion of the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
9 December 2024
Local time
10:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 January 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: It is estimated this requirement will be re-advertised in the fourth year of the contract.
six.3) Additional information
SPD Question 2.C.1 Reliance on the capacities of other entities -
Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon.
Subcontractors on whose capacity the bidder does not rely
Bidders who are selected to submit an ITT will be asked whether they intend to subcontract within the ITT (Stage 2) Tender. A shortened version of the SPD covering the exclusion grounds will require to be completed by each Subcontractor so identified and uploaded within the ITT (Stage 2) Technical Envelope.
Exclusion Criteria –
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.
Scots Law will apply.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 27739. 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:
It is estimated this contract will be worth 80 CBs points and SPT will seek the contractor to provide those points from the following options:
Targeted Recruitment and Training Offering individuals training, apprenticeships, jobs and work experience as part of a contract - 20 points per offering.
Use of Local SME’s Awarding sub-contracts for supplies, services or works to local (west of Scotland) based small to medium size businesses. 20 points per contract awarded
Educational Support Giving school children an opportunity to learn about a project by providing educational presentations or arranging school visits. 10 points per presentation or visit offered.
Sponsorship of a charitable organisation local to the area in which they are developing/delivering a service. 10 points per sponsorship offered
(SC Ref:780572)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Pl
Glasgow
G5 9DA
Country
United Kingdom