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