Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Strathclyde Partnership for Transport
131 St Vincent Street
Glasgow
G2 5JF
UK
E-mail: Procurement@spt.co.uk
NUTS: UKM82
Internet address(es)
Main address: www.spt.co.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10382
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=8aba4feb-1349-4bf7-8cdd-ea86b629c98c
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=8aba4feb-1349-4bf7-8cdd-ea86b629c98c
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Transport
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Public Affairs Support
Reference number: 25-004
II.1.2) Main CPV code
79416200
II.1.3) Type of contract
Services
II.1.4) Short description
We are seeking proposals from experienced public affairs individuals and firms to support SPT’s public policy advocacy, stakeholder engagement, and influencing role in this area.
II.1.5) Estimated total value
Value excluding VAT:
120.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79416000
79416100
79416200
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow City
II.2.4) Description of the procurement
We are seeking proposals from experienced public affairs individuals and firms to support SPT’s public policy advocacy, stakeholder engagement, and influencing role in this area.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The option to extend the term by a further period of 24 months in any increment is included
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The option is present to procure services of a similar nature from the awarded provider to those detailed in the scope, without limit to value.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Bidders must either confirm at Question 4B.4 of the SPD that they have a Dun and Bradstreet failure score of 51 or above (and provide the score), or if they cannot evidence this or do not have a D&B score they must provide instead the value of the 3 financial ratios below.
The name of the 3 ratios to be evaluated are Profitability, Gearing and Liquidity. The acceptable values and method of calculation are detailed in the Evaluation Guidance document provided and below
Where 2 out of the 3 ratios cannot be met the bidder must confirm below which other mitigating factors may apply which SPT may consider. Again these are detailed in the Evaluation Guidance document.
Minimum level(s) of standards required:
In the absence of a Dun and Bradstreet Score, the name and required values of the Financial Ratios to be provided by the Bidder are as follows
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.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Using the Template provided at 4C.1.2 of the SPD, the Bidder must provide 3 examples from the last 3 years where the have undertaken services of a similar nature to the requirements detailed in the Scope and as described within this Contract Notice. Ideally these will have been undertaken on behalf of a Public body and within a similar environment.
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/02/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
It is a preference (not a requirement) that the bidder recommended for award either holds Environmental Management Accreditation ISO 14001, or can demonstrate that they have the equivalent level of internal management processes.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28356. 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:
A menu of applicable CB's is included within the tender documentation
(SC Ref:788231)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
UK
VI.5) Date of dispatch of this notice
20/01/2025