Notice Information
Notice Title
Main Contractor to Design Supply and Install Car Park Access Control and Revenue System
Notice Description
Strathclyde Partnership for Transport (SPT) are seeking Main Contractor to design (if required), supply and install a new car park access control and revenue collection system at three Glasgow Subway park and ride site
Lot Information
Lot 1
Main Contractor to design (if required), supply and install a new car park access control and revenue collection system at three Glasgow Subway park and ride sites at Bridge Street, Shields Road and Kelvinbridge Subway Stations. Additional information: SPT reserves the right to award any future replacement of the supply and installation of other equipment associated with car parks to the successful bidder eg electric vehicle charging points, cycling racks. SPT also reserves the right to award any future park and ride car park system requirements to the successful bidder for this contract for up to a period of ten years and for any value
Options: SPT seek an option for maintenance of the equipment and associated software/hardware. The maintenance option won't be evaluated as part of the award criteria for this contract as it will be at SPT's sole discretion as to whether the option is awarded. Further discussion on the maintenance offering may be discussed with the preferred bidder prior to award of contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02df95
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/021440-2022
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45111290 - Primary works for services
45213312 - Car park building construction work
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £128,395 £100K-£500K
Notice Dates
- Publication Date
- 4 Aug 20223 years ago
- Submission Deadline
- 6 Dec 2021Expired
- Future Notice Date
- 28 Oct 2021Expired
- Award Date
- 7 Jul 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- STRATHCLYDE PARTNERSHIP FOR TRANSPORT
- Contact Name
- Anne Finlay
- Contact Email
- procurement@spt.co.uk
- Contact Phone
- +44 1413333738
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 5JF
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02df95-2022-08-04T15:30:46+01:00",
"date": "2022-08-04T15:30:46+01:00",
"ocid": "ocds-h6vhtk-02df95",
"description": "This is a two-stage procurement exercise. The terms and conditions of contract shall be MF1 (Rev 6) A mandatory site visit will take place at stage two of this tender exercise. At stage two tenderers will be required to complete a Health and Safety Questionnaire and a Cyber Resilience Questionnaire. The responses for which will be evaluated at preferred bidder stage. SPT reserve the right to exclude a bid at this stage based on the response to either of these questionnaires. (SC Ref:702467)",
"initiationType": "tender",
"tender": {
"id": "21-117",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Main Contractor to Design Supply and Install Car Park Access Control and Revenue System",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45213312",
"description": "Car park building construction work"
},
"mainProcurementCategory": "works",
"description": "Strathclyde Partnership for Transport (SPT) are seeking Main Contractor to design (if required), supply and install a new car park access control and revenue collection system at three Glasgow Subway park and ride site",
"lots": [
{
"id": "1",
"description": "Main Contractor to design (if required), supply and install a new car park access control and revenue collection system at three Glasgow Subway park and ride sites at Bridge Street, Shields Road and Kelvinbridge Subway Stations. Additional information: SPT reserves the right to award any future replacement of the supply and installation of other equipment associated with car parks to the successful bidder eg electric vehicle charging points, cycling racks. SPT also reserves the right to award any future park and ride car park system requirements to the successful bidder for this contract for up to a period of ten years and for any value",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Proposed solution",
"type": "quality",
"description": "50"
},
{
"name": "Methodology and Programme",
"type": "quality",
"description": "30"
},
{
"name": "Testing and Commissioning Process",
"type": "quality",
"description": "15"
},
{
"name": "Community Benefits",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 120
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "SPT seek an option for maintenance of the equipment and associated software/hardware. The maintenance option won't be evaluated as part of the award criteria for this contract as it will be at SPT's sole discretion as to whether the option is awarded. Further discussion on the maintenance offering may be discussed with the preferred bidder prior to award of contract."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111290",
"description": "Primary works for services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2021-10-29T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "With regards SPD question 4B, SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders. Tenderers must hold or commit to obtaining the insurances listed below.",
"minimum": "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 (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. Insurances: 1.2. The Contractor shall effect with an insurance company or companies acceptable to SPT a policy or policies of insurance covering all the matters which are the subject of the indemnities and undertakings 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.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "ISO 9001 and ISO 14001 Accreditations or equivalent. Experience of delivering similar scope of works",
"minimum": "Tenderers must be ISO 9001 and ISO 14001 accredited or can provide evidence of internal systems that adhere to these standards. Tenderers to provide evidence of two projects which mirror this scope of requirements within five previous years, SPT reserve right to contact client and/or visit site for demonstration The examples will be scored from 0-4 and used to reduce number of candidates to an envisaged amount of five to be invited to tender.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"noNegotiationNecessary": true,
"invitationDate": "2021-12-13T00:00:00Z"
},
"tenderPeriod": {
"endDate": "2021-12-06T10:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2022-07-01T23:59:59+01:00"
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-13755",
"name": "Strathclyde Partnership for Transport",
"identifier": {
"legalName": "Strathclyde Partnership for Transport"
},
"address": {
"streetAddress": "131 St Vincent Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 5JF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1413333738",
"email": "procurement@spt.co.uk",
"name": "Anne Finlay",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.spt.co.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10382",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Transport"
}
]
}
},
{
"id": "GB-FTS-33598",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "GLASGOW",
"postalCode": "G2 5JF",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-60689",
"name": "FAAC (UK) Ltd",
"identifier": {
"legalName": "FAAC (UK) Ltd"
},
"address": {
"streetAddress": "Unit 10 The Hatch Industrial Park, Greywell Road, Mapledurwell",
"locality": "Basingstoke",
"region": "UK",
"postalCode": "RG24 7NG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-13755",
"name": "Strathclyde Partnership for Transport"
},
"language": "en",
"awards": [
{
"id": "021440-2022-21-117-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-60689",
"name": "FAAC (UK) Ltd"
}
]
}
],
"contracts": [
{
"id": "021440-2022-21-117-1",
"awardID": "021440-2022-21-117-1",
"status": "active",
"value": {
"amount": 128395,
"currency": "GBP"
},
"dateSigned": "2022-07-08T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000672005"
}
]
}