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

Temporary Labour for Glasgow Subway

  • First published: 24 March 2020
  • Last modified: 24 March 2020

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:
Published by:
Strathclyde Partnership for Transport (Utilities)
Authority ID:
AA61595
Publication date:
24 March 2020
Deadline date:
27 April 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply of temporary worker support across various rail based disciplines.

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 5JF

UK

Contact person: Anne Finlay

Telephone: +44 1413333786

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.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

Temporary Labour for Glasgow Subway

II.1.2) Main CPV code

79620000

 

II.1.3) Type of contract

Services

II.1.4) Short description

SPT are seeking to set up a framework for temporary worker support across the various rail based disciplines.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79620000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow.

II.2.4) Description of the procurement

Supply of temporary worker support across various rail based disciplines.

II.2.5) Award criteria

Criteria below:

Quality criterion: Pass/Fail: compliance with IR35 / Weighting: NA

Quality criterion: Account management / Weighting: 40

Quality criterion: Recruitment service / Weighting: 30

Quality criterion: Managing competence and performance / Weighting: 15

Quality criterion: Risks and mitigations / Weighting: 10

Quality criterion: Community benefits / Weighting: 5

Price / Weighting:  60

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:

An extension of 12 months will be awarded at the sole discretion of SPT.

II.2.10) Information about variants

Variants will be accepted: No

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

II.2.14) Additional information

SPT envisage a number of 5 organisations will be awarded to the framework. Organisations will only be ranked for award purposes. Call-offs from the framework work will be made directly to any supplier awarded to the framework for any value. However, SPT reserve the right to conduct mini-comps from the framework if required. Mini-comps will be conducted across all organisations on the framework.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

The bidder is enrolled in the relevant professional or trade register kept in the Member State of its establishment.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

With regards ESPD question 4B.6 Strathclyde Partnership for Transport intends to use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability and will be taken forward to the technical evaluation within the ESPD.

Candidates must review and submit a copy of their own Dun and Bradstreet Score. If following this review tenderers consider that the Dun and Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun and Bradstreet score 51) from a recognised credit referencing agency.

In the event that the tenderer is not required to publish accounts and therefore does not have a Dun and Bradstreet or equivalent rating, tenderers must provide 2 years financial accounts. SPT will then conduct an analysis of the accounts to ensure that there is no significant financial risk.

Please note the 2 years accounts, must include financial data over a 3 year period. SPT will review any such information as part of the evaluation of the tenderer's financial status.

In the event that a tenderer does not meet the financial criteria for consideration but has a parent company that does, the tenderer may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.

Please note that a score below 51 or equivalent or where SPT have reviewed your accounts and evidence and deemed this to be a high risk of failure your submission will not be considered as having met this criteria and will therefore be discounted at ESPD stage and will not be taken forward for further ESPD evaluation.


Minimum level(s) of standards required:

Tenderers with a failure score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability and will be taken forward to the technical evaluation within the ESPD.

For those who don't achieve the failure score and provides 2 years accounts, which must include financial data over a 3 year period. SPT will review any such information as part of the evaluation of the tenderer's financial status. 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.

Financial ratios: 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.

With reference to ESPD 4B.5, it is a requirement of the contract that bidders hold or can commit to obtain prior to the commencement of any contract, the types and levels of insurance indicated below:

The contractor shall effect with an insurance company or companies acceptable to SPT a policy or policies of insurance in respect of all of the services and the matters which are the subject of the indemnities on the part of the contractor contained in this contract and such insurance will provide cover for the actions of all of the contractor's personnel, without prejudice to the generality of this paragraph, the policies will include; professional liability Insurance in the sum of no less than GBP 1 000 000 public liability insurance in the sum of no less than GBP 10 000 000 and employers' liability insurance in the sum of no less than GBP 5 000 000 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:

In respect of Question 4.C.1

Two examples of other frameworks of similar size, value and nature in the past 5 years in respect of question 4D.1 the tenderers must provide:

1) Description of how customer relationships were managed in framework contracts of a similar nature to ensure contractual disputes did not occur; and

2) State whether your organisation has been involved in contractual disputes in framework contracts of a similar nature in the past five years and if so describe how your organisation strived to resolve them amicably.


Minimum level(s) of standards required:

Each example will be scored from 0-4. SPT reserve the right to discards any submission scores less than two in either example.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 5

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: 27/04/2020

Local time: 10:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 11/05/2020

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

Tender must be valid until: 30/09/2020

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

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 14532. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

SPT expect that IR35 will apply to this contract and those organisations successful in being invited to tender will require to answer a pass/fail question under the technical evaluation to explain how your organisation will ensure that tax is collected and paid to the HMRC. Any submission which is awarded a ‘fail’ to this question will be set aside.

The buyer is using PCS-Tender to conduct this PQQ exercise. The project code is 14532. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Community benefits will be evaluated at ITT stage. Please see the ITT evaluation information contained within Volume 0 of the tender documentation.

(SC Ref:618703)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sherriff and Justice of the Peace Court

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

UK

Telephone: +44 1414298888

VI.4.2) Body responsible for mediation procedures

Glasgow Sherriff and Justice of the Peace Court

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

UK

Telephone: +44 1414298888

VI.5) Date of dispatch of this notice

20/03/2020

Coding

Commodity categories

ID Title Parent category
79620000 Supply services of personnel including temporary staff Recruitment services

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.