Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Automatic & Manual Doors for SPT

  • First published: 01 July 2023
  • Last modified: 01 July 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03ddb7
Published by:
Strathclyde Partnership for Transport (Utilities)
Authority ID:
AA61595
Publication date:
01 July 2023
Deadline date:
04 August 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Single stage open

Strathclyde Partnership for Transport (SPT) wishes to appoint a qualified and experienced Contractor to provide maintenance support for all SPTs Automated and Manual Doors spread across the entire SPT estate including its Bus and Subway operations. Maintenance support shall incorporate both preventative and reactive activity, as well as all critical spares management.

The Contractor will be required to provide a cost for:

Fully Managed Service

a fully preventative maintenance and reactive repair service including the provision of all labour, parts, materials and consumables, in respect of all doors across the SPT estate and the only exception being for acts of vandalism, which would be regarded as out-with the scope of this contract and can be invoiced as additional works.

Preventative and Reactive Call outs

a fully preventative maintenance service including the provision of all labour with the exception being reactive call outs, parts, materials and consumables, in respect of all doors across the SPT estate which will be regarded as out of scope and will invoiced as additional works.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Strathclyde Partnership for Transport (UTILITIES)

131 St Vincent Street

Glasgow

G2 5 JF

UK

Contact person: Daniel McIver

Telephone: +44 1413333474

E-mail: procurement@spt.co.uk

Fax: +44 1413333224

NUTS: UKM82

Internet address(es)

Main address: http://www.spt.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17342

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.6) Main activity

Other: Transport

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Automatic & Manual Doors for SPT

Reference number: 22-094

II.1.2) Main CPV code

79993000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Strathclyde Partnership for Transport (SPT) wishes to appoint a qualified and experienced Contractor to provide maintenance support for all SPTs Automated and Manual Doors spread across the entire SPT estate including its Bus and Subway operations. Maintenance support shall incorporate both preventative and reactive activity, as well as all critical spares management.

The Contractor will be required to provide a cost for:

Fully Managed Service

a fully preventative maintenance and reactive repair service including the provision of all labour, parts, materials and consumables, in respect of all doors across the SPT estate and the only exception being for acts of vandalism, which would be regarded as out-with the scope of this contract and can be invoiced as additional works.

Preventative and Reactive Call outs

a fully preventative maintenance service including the provision of all labour with the exception being reactive call outs, parts, materials and consumables, in respect of all doors across the SPT estate which will be regarded as out of scope and will invoiced as additional works.

II.1.5) Estimated total value

Value excluding VAT: 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

44221200

50324200

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

SPT estate

II.2.4) Description of the procurement

Single stage open

Strathclyde Partnership for Transport (SPT) wishes to appoint a qualified and experienced Contractor to provide maintenance support for all SPTs Automated and Manual Doors spread across the entire SPT estate including its Bus and Subway operations. Maintenance support shall incorporate both preventative and reactive activity, as well as all critical spares management.

The Contractor will be required to provide a cost for:

Fully Managed Service

a fully preventative maintenance and reactive repair service including the provision of all labour, parts, materials and consumables, in respect of all doors across the SPT estate and the only exception being for acts of vandalism, which would be regarded as out-with the scope of this contract and can be invoiced as additional works.

Preventative and Reactive Call outs

a fully preventative maintenance service including the provision of all labour with the exception being reactive call outs, parts, materials and consumables, in respect of all doors across the SPT estate which will be regarded as out of scope and will invoiced as additional works.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 500 000.00  GBP

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:

Five years with a SPT break clause after year three subject to performance of the contract delivery

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: No

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:

as per T&C's 16.2 - insurance levels

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.


Minimum level(s) of standards required:

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 5,000,000 GBP, Public Liability Insurance in the sum of no less than

10,000,000 GBP, Product Liability Insurance in the sum of no less than

14

5,000,000 GBPand Employers’ Liability Insurance in the sum of no less than

5,000,000 GBP at least, each in respect of any one incident and unlimited in total,

unless otherwise agreed by SPT in writing.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

as per 4c of SPD


Minimum level(s) of standards required:

Previous Contract Examples

QMS accredited to ISO 9001 or equivalent

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

SLA as per ITT docs

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: 04/08/2023

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: 04/08/2023

Local time: 12:00

Place:

Glasgow

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

3 years if extension option of 2 years is not exercised

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24482. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Community Benefits

SPT is committed to the promotion of community benefits (CB). Bidders will be asked in the Commercial Envelope to identify what community benefits they propose to deliver under this contract.

Suppliers must state that CBs will be provided and what they will be in line with the points/cost menu provided (40 points worth over the next 5 years). Suppliers must also state what the equivalent is in GBPs.

The successful bidder will be expected to provide an annual breakdown.

All tenderers must provide community benefits with this tender in line with the community benefits menu provided. Failure to comply will result in your tender submission being set aside.

(SC Ref:737031)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

GLASGOW

G5 9DA

UK

VI.4.2) Body responsible for mediation procedures

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

GLASGOW

G5 9DA

UK

VI.4.4) Service from which information about the review procedure may be obtained

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

GLASGOW

G5 9DA

UK

VI.5) Date of dispatch of this notice

30/06/2023

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
44221200 Doors Windows, doors and related items
50324200 Preventive maintenance services Support services of personal computers

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@spt.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.