Award

Main Contractor to Design Supply and Install Car Park Access Control and Revenue System

STRATHCLYDE PARTNERSHIP FOR TRANSPORT

This public procurement record has 3 releases in its history.

Award

04 Aug 2022 at 14:30

Tender

04 Nov 2021 at 10:34

Planning

10 Sep 2021 at 14:44

Summary of the contracting process

The procurement process involves the Strathclyde Partnership for Transport (SPT) seeking a Main Contractor to design, supply, and install a car park access control and revenue system at three locations in Glasgow. This project falls under the category of car park building construction work (CPV code: 45213312) and is currently in the Award stage, having been signed on 8th July 2022, with a total contract value of £128,395. The procurement method employed is a selective competitive procedure with negotiation, and SPT reserves the right to award future contracts related to this project to the successful contractor for up to ten years. A mandatory site visit and completion of Health and Safety and Cyber Resilience Questionnaires are required from tenderers at the second stage of the bidding process.

This tender presents significant growth opportunities for businesses, particularly those specialising in construction, engineering, and technology sectors. Companies with experience in car park system design and integration, as well as those that offer complementary services such as the installation of electric vehicle charging points, would be well-suited to compete. The successful bidder may not only secure a contract for the initial installation but could also be considered for ongoing maintenance and future upgrades over the contract duration, providing a potential long-term revenue stream.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

FAAC (UK

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
        }
    ]
}