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

Phase Four Station Improvements

  • First published: 13 February 2018
  • Last modified: 13 February 2018

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)

Contents

Summary

OCID:
Published by:
Strathclyde Partnership for Transport (Utilities)
Authority ID:
AA61595
Publication date:
13 February 2018
Deadline date:
20 March 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

SPT require improvement works in respect of the following areas:

Platform, vertical circulation, concourse, back of house.

Mechanical and Electrical replacement (lighting, emergency lighting, PAVA, fire alarms, HVAC etc.).

Floors, walls, ceilings, station office, ticket desk, switch rooms.

Track access requirements at platform.

Working in a live rail environment.

A key feature of implementing the works is to do so while the stations remain operational. Liaising with Subway Engineering and Operations Departments will be key. An essential part of the liaison will be the timeous submission of method statements and risk assessments, and cooperation with operational and maintenance needs of the Subway.

Should any further works be required to complete the refurbishment of these stations SPT reserve the right, at SPT's sole discretion to award this work to the successful bidder for this lot.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Strathclyde Partnership for Transport (Utilities)

131, St Vincent Street

Glasgow

G2 5JF

UK

Telephone: +44 1413333556

E-mail: procurement@spt.co.uk

Fax: +44 1413333224

NUTS: UKM82

Internet address(es)

Main address: http://www.spt.co.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17342

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.6) Main activity

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Phase Four Station Improvements

Reference number: 17-250

II.1.2) Main CPV code

45453100

 

II.1.3) Type of contract

Works

II.1.4) Short description

As part of the Subway Modernisation programme Strathclyde Partnership for Transport (SPT) now wishes to tender the refurbishment of St Georges Cross, Cowcaddens, West Street and Kinning Park Stations. This ITT is for 2 lots:

1) St Georges Cross and Kinning Park Stations; and

2) Cowcaddens and West Street Stations.

A contract for each station will be awarded individually from each lot, resulting in four contracts in total.

Tendering Organisations can bid for one or both lots.

The refurbishment works will be as the scope outlined in this advert and detailed at stage two of this process. However, should further works be required to complete the refurbishment of each station, SPT reserves the right to award this work to the successful bidder(s) for the appropriate lots.

II.1.5) Estimated total value

Value excluding VAT: 7 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

St Georges Cross and Kinning Park Stations

II.2.2) Additional CPV code(s)

45453100

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow

II.2.4) Description of the procurement

SPT require improvement works in respect of the following areas:

Platform, vertical circulation, concourse, back of house.

Mechanical and Electrical replacement (lighting, emergency lighting, PAVA, fire alarms, HVAC etc.).

Floors, walls, ceilings, station office, ticket desk, switch rooms.

Track access requirements at platform.

Working in a live rail environment.

A key feature of implementing the works is to do so while the stations remain operational. Liaising with Subway Engineering and Operations Departments will be key. An essential part of the liaison will be the timeous submission of method statements and risk assessments, and cooperation with operational and maintenance needs of the Subway.

Should any further works be required to complete the refurbishment of these stations SPT reserve the right, at SPT's sole discretion to award this work to the successful bidder for this lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Methodology / Weighting: 35

Quality criterion: Management / Weighting: 35

Quality criterion: Quality / Weighting: 15

Quality criterion: Safety / Weighting: 15

Price / Weighting:  40

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

Duration in months: 12

This contract is subject to renewal: No

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

Lot No: 2

II.2.1) Title

Cowcaddens and West Street Stations

II.2.2) Additional CPV code(s)

45453100

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

Glasgow

II.2.4) Description of the procurement

SPT require improvement works in respect of the following areas:

Platform, vertical circulation, concourse, back of house.

Mechanical and Electrical replacement (lighting, emergency lighting, PAVA, fire alarms, HVAC etc.).

Floors, walls, ceilings, station office, ticket desk, switch rooms.

Track access requirements at platform.

Working in a live rail environment.

A key feature of implementing the works is to do so while the stations remain operational. Liaising with Subway Engineering and Operations Departments will be key. An essential part of the liaison will be the timeous submission of method statements and risk assessments, and cooperation with operational and maintenance needs of the Subway.

Should any further works be required to complete the refurbishment of these stations SPT reserve the right, at SPT's sole discretion to award this work to the successful bidder for this lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Methodology / Weighting: 35

Quality criterion: Management / Weighting: 35

Quality criterion: Quality / Weighting: 15

Quality criterion: Safety / Weighting: 15

Price / Weighting:  40

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

Duration in months: 12

This contract is subject to renewal: No

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

Minimum level(s) of standards required:

Tenderers must state their turnover for the previous 3 years.

Tenderers must have a minimum Turnover of 5 000 000 GBP (Five million GBP) to bid for one lot and a minimum turnover of 10 000 000 GBP (Ten million GBP)to bid for both lots. Prior to award a check will be made to ensure that the potential contractor is approved by Dun and Bradstreet for the size of contract to be awarded.

This is a SBCC contract 2016 with amendments which will be published at ITT stage. Final tenders must be submitted on the basis of unconditional acceptance of the terms and conditions of contract specified by SPT. Tenderers will have the opportunity to raise queries on the terms and conditions through the clarification process and any proposed amendments acceptable to SPT will be communicated to all tenderers. SPT reserves the right not to make any changes to the terms and conditions as issued with the ITT.

Insurance of Works:

Insurance Option C applies (likely to be a joint names policy). A replacement schedule will not be utilised.

Insurance:

Contractor's insurance — injury to persons or property.

Insurance cover (for any one event or series of events arising from one event): 10 000 000 GBP

Insurance — Liability of Employer.

Insurance will be required.

Minimum amount of indemnity for any one occurrence or series of occurrences arising out of one event 10 000 000 GBP.

III.1.4) Objective rules and criteria for participation

Tenderers require to complete an ESPD response. A qualification and technical envelope is required. The technical questions are as detailed in the lots description.

III.1.6) Deposits and guarantees required:

Contractor guarantee bond will be required — 10 %

An advance payment bond is not required.

Contractor's retention bond does not apply.

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: 20/03/2018

Local time: 10:00

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

Date: 01/06/2018

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

EN

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

Duration in months: 4 (from the date stated for receipt of tender)

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

This contract has been issued under The Utilities Contracts (Scotland) Regulations 2016.

This is a SBCC contract 2016 with amendments which will be published at ITT stage. Final tenders must be submitted on the basis of unconditional acceptance of the terms and conditions of contract specified by SPT. Tenderers will have the opportunity to raise queries on the terms and conditions through the clarification process and any proposed amendments acceptable to SPT will be communicated to all tenderers. SPT reserves the right not to make any changes to the terms and conditions as issued with the ITT.

The Contractor shall be liable to the Client for any direct damage caused by the Contractor or by his servants or agents to the Client’s existing property. The Contractor shall also be liable for loss of income to the Client should the Client be unable to run passenger trains as a result of the damage. These risks shall be covered by the Contactor’s insurance cover.

Scottish law will apply this this contract.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Community benefits will not be evaluated as part of this contract.

However, all contractors who submit an ESPD response should be provide a description of what community benefits, if any, will apply to the contract(s) if awarded.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Community benefits will not be evaluated under this contract. Tenderers will be asked to submit a statement detailing what community benefits if any will be applied if successfully awarded any of the contracts.

(SC Ref:529904).

VI.4) Procedures for review

VI.4.1) Review body

Strathclyde Partnership for Transport (Utilities)

131, St Vincent Street

Glasgow

G2 5JF

UK

Telephone: +44 1413333556

Fax: +44 1413333224

Internet address(es)

URL: http://www.spt.co.uk

VI.5) Date of dispatch of this notice

09/02/2018

Coding

Commodity categories

ID Title Parent category
45453100 Refurbishment work Overhaul and refurbishment work

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.