Award

Temporary Labour for Glasgow Subway

STRATHCLYDE PARTNERSHIP FOR TRANSPORT (UTILITIES)

This public procurement record has 2 releases in its history.

Summary of the contracting process

Strathclyde Partnership for Transport (UTILITIES) is currently engaged in a procurement process for the "Temporary Labour for Glasgow Subway" project, which aims to establish a framework for temporary worker support across various rail-based disciplines. The tender, initiated through a selective procurement method, is located in Glasgow (UKM82) and has entered the award stage. The relevant dates include a contract signing on 23 November 2020, with the original tender application process closing on 27 April 2020.

This procurement presents significant opportunities for businesses, particularly those specialising in temporary staffing and recruitment within the transport sector. Companies like Coyle Personnel and McGinley Support Services, which have been awarded contracts under this framework, exemplify the type of suppliers best positioned to excel. Other large and small enterprises experienced in rail industry support services are encouraged to participate in future opportunities, as additional mini-competitions may arise from the established framework allowing for further engagements beyond the initial contract awards.

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

Temporary Labour for Glasgow Subway

Notice Description

Award of framework for temporary worker support across the various rail based disciplines.

Lot Information

Lot 1

Award of a framework for the supply of temporary worker support across various rail based disciplines.. Seven organisations are 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.

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

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000618703
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV400752
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F6 - Contract Award Notice (Utilities)
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79620000 - Supply services of personnel including temporary staff

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Nov 20205 years ago
Submission Deadline
27 Apr 2020Expired
Future Notice Date
Not specified
Award Date
23 Nov 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
STRATHCLYDE PARTNERSHIP FOR TRANSPORT (UTILITIES)
Contact Name
Anne Finlay
Contact Email
procurement@spt.co.uk
Contact Phone
+44 1413333786

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
5
Supplier Names

COYLE PERSONNEL

MCGINLEY SUPPORT SERVICES (INFRASTRUCTURE

RANDSTAD CPE

SW GLOBAL RESOURCING

VITAL HUMAN RESOURCES

Further Information

Notice Documents

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-r6ebe6-0000618703-2020-11-27T00:00:00Z",
    "date": "2020-11-27T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000618703",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "Strathclyde Partnership for Transport (UTILITIES)",
            "identifier": {
                "legalName": "Strathclyde Partnership for Transport (UTILITIES)"
            },
            "address": {
                "streetAddress": "131, St Vincent Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 5JF"
            },
            "contactPoint": {
                "name": "Anne Finlay",
                "email": "procurement@spt.co.uk",
                "telephone": "+44 1413333786",
                "faxNumber": "+44 1413333224",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Transport",
                        "scheme": "TED_CE_ACTIVITY"
                    }
                ],
                "url": "http://www.spt.co.uk"
            }
        },
        {
            "id": "org-2",
            "name": "Coyle Personnel",
            "identifier": {
                "legalName": "Coyle Personnel"
            },
            "address": {
                "streetAddress": "Turnberry House, 175 west george street",
                "locality": "Glasgow",
                "postalCode": "G2 2LB",
                "region": "UKM82"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "http://"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-3",
            "name": "McGinley Support Services (Infrastructure) Ltd",
            "identifier": {
                "legalName": "McGinley Support Services (Infrastructure) Ltd"
            },
            "address": {
                "streetAddress": "Airdrie Business Centre, 1 Chapel Lane",
                "locality": "Airdrie",
                "region": "UKM82",
                "postalCode": "ML6 6GX"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-4",
            "name": "Randstad CPE",
            "identifier": {
                "legalName": "Randstad CPE"
            },
            "address": {
                "streetAddress": "24 St Vincent Place",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "g1 2eu"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-5",
            "name": "SW Global resourcing",
            "identifier": {
                "legalName": "SW Global resourcing"
            },
            "address": {
                "streetAddress": "290 Petershill road, Glasgow",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G21 4AY"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-6",
            "name": "Vital Human Resources Ltd",
            "identifier": {
                "legalName": "Vital Human Resources Ltd"
            },
            "address": {
                "streetAddress": "Dalziel House, Strathclyde Business Park, Lark Way",
                "locality": "Bellshill",
                "region": "UKM82",
                "postalCode": "ML4 3RB"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-7",
            "name": "Glasgow Sherriff and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sherriff and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerk's Office, PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "name": "Strathclyde Partnership for Transport (UTILITIES)",
        "id": "org-1"
    },
    "tender": {
        "id": "19-119",
        "title": "Temporary Labour for Glasgow Subway",
        "description": "Award of framework for temporary worker support across the various rail based disciplines.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79620000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2020-04-27T10:00:00Z"
        },
        "documents": [
            {
                "id": "MAR384156",
                "documentType": "contractNotice",
                "title": "Temporary Labour for Glasgow Subway",
                "description": "SPT are seeking to set up a framework for temporary worker support across the various rail based disciplines.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR384156",
                "format": "text/html"
            },
            {
                "id": "NOV400752",
                "documentType": "awardNotice",
                "title": "Temporary Labour for Glasgow Subway",
                "description": "Award of framework for temporary worker support across the various rail based disciplines.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV400752",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Award of a framework for the supply of temporary worker support across various rail based disciplines.. Seven organisations are 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.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Pass/Fail: Compliance with IR35",
                            "description": "NA"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "An extension of 12 months will be awarded at the sole discretion of SPT."
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2020-05-11T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The bidder is enrolled in the relevant professional or trade register kept in the Member State of its establishment"
                },
                {
                    "type": "economic",
                    "description": "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": "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 1,000,000, GBP Public Liability Insurance in the sum of no less than 10,000,000 GBP and 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."
                },
                {
                    "type": "technical",
                    "description": "In respect of Question 4.C.1 Two examples of other frameworks of similar size, value and nature in the past five 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": "Each example will be scored from 0-4. SPT reserve the right to discards any submission scores less than two in either example."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2020-09-30T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 5
            }
        },
        "classification": {
            "id": "79620000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Also awarded to this framework are ISS Labour Limited and MPI Limited (SC Ref:637444)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000618703"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000618703"
        }
    ],
    "noticetype": "OJEU - F6 - Contract Award Notice (Utilities)",
    "awards": [
        {
            "id": "19-119-1",
            "suppliers": [
                {
                    "id": "org-2",
                    "name": "Coyle Personnel"
                },
                {
                    "id": "org-3",
                    "name": "McGinley Support Services (Infrastructure) Ltd"
                },
                {
                    "id": "org-4",
                    "name": "Randstad CPE"
                },
                {
                    "id": "org-5",
                    "name": "SW Global resourcing"
                },
                {
                    "id": "org-6",
                    "name": "Vital Human Resources Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "19-119-1",
            "awardID": "19-119-1",
            "status": "active",
            "dateSigned": "2020-11-23T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 059-142846"
        }
    ]
}