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