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

Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers

  • First published: 01 November 2024
  • Last modified: 01 November 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04b2c7
Published by:
Strathclyde Partnership for Transport
Authority ID:
AA20297
Publication date:
01 November 2024
Deadline date:
09 December 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

SPT are seeking a main contractor to provide services for the Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Strathclyde Partnership for Transport

131 St Vincent Street

Glasgow

G2 5JF

UK

Telephone: +44 14133333115

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

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.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

Maintenance of Heating and Air Conditioning Systems, BMS Systems and Fire Dampers

Reference number: 14-126

II.1.2) Main CPV code

50720000

 

II.1.3) Type of contract

Services

II.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

II.1.5) Estimated total value

Value excluding VAT: 580 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50720000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality criteria / Weighting: 40

Price / Weighting:  60

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

II.2.10) Information about variants

Variants will be accepted: No

II.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.

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.1.1) 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.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Insurance levels

Duns score


Minimum level(s) of standards 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.

III.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 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

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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: 09/12/2024

Local time: 10:00

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

Date: 10/01/2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.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.

VI.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)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Pl

Glasgow

G5 9DA

UK

VI.5) Date of dispatch of this notice

31/10/2024

Coding

Commodity categories

ID Title Parent category
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations

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.