Construction Tenders

Sat May 18 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 3rd May 2024

Tender Details
Referenceocds-h6vhtk-045723
Common Procurement VocabularyFire-alarm system installation work
Procurement MethodOpen procedure
Value£150,000
« Previous Page

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 3rd May 2024

Tender Details
Referenceocds-h6vhtk-045723
Common Procurement VocabularyFire-alarm system installation work
Procurement MethodOpen procedure
Value£150,000

Section I: Contracting authority

I.1) Name and addresses

Strathclyde Partnership for Transport

131 St Vincent Street

Glasgow

G2 5JF

Email

procurement [at] spt.co.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.spt.co.uk

Buyer's address

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/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other activity

Transport


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

First Systems Upgrade for Glasgow Subway

Reference number

24-075

II.1.2) Main CPV code

  • 45312100 - Fire-alarm system installation work

II.1.3) Type of contract

Works

II.1.4) Short description

Open Protocol Fire Systems upgrade to St Enoch and Kelvinhall Subway Stations, with the potential for other stations to follow should budget become available.

II.1.5) Estimated total value

Value excluding VAT: £150,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 45343000 - Fire-prevention installation works
  • 44480000 - Miscellaneous fire-protection equipment

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

II.2.4) Description of the procurement

Installation of open protocol fire systems at St Enoch and Kelvinhall Subway Stations, Glasgow, to replace existing closed protocol system.

Note that SPT reserves the right to award further works of a similar nature for additional Stations to the awarded contractor, where budget allows.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 55

Price - Weighting: 45

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

6

This contract is subject to renewal

Yes

Description of renewals

Note that SPT reserves the right to award further works of a similar nature for additional Stations to the awarded contractor, where budget allows.

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must either confirm that they have a Dun and Bradstreet failure score of 51 or above (and provide the score), or if they cannot evidence this or do not have a D&B score they must provide instead the value of the 3 financial ratios being evaluated.

Bidders must in addition hold appropriate levels on Insurance, which are detailed within the SPD.

Minimum level(s) of standards possibly required

In the absence of a Dun and Bradstreet Score, the name and required values of the Financial Ratios are as follows

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.

The required Insurances are

Professional Risk Indemnity: GBP 1m

Employer's (Compulsory) Liability: GBP 5m

Public Liability: GBP 5m

III.1.3) Technical and professional ability

List and brief description of selection criteria

the Bidder must provide 3 examples from the last 5 years where the have undertaken works of a similar nature to the requirements detailed in the Specification.

Minimum level(s) of standards possibly required

Ideally these works will have been undertaken on behalf of a Public body and within a similar environment.

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the 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

4 June 2024

Local time

12:00pm

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

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 1 October 2024

IV.2.7) Conditions for opening of tenders

Date

4 June 2024

Local time

12:00pm

Place

Glasgow


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

SPT will not accept any bid where the level of sub-contracted works exceeds 50%, and the bidder then effectively becomes a management company and has limited control over the entity/entities undertaking the physical works.

.

It is a requirement that the bidder recommended for award either holds Environmental Management Accreditation ISO 14001, or can demonstrate that they have the equivalent level of internal management processes.

.

The Bidder is required to demonstrate that they have available, sufficient and appropriate levels and types of plant and equipment, including access plant, to be able to undertake these works

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26688. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

(SC Ref:765590)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom