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 1413333738
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: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17342
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Rail Welding Services for the Glasgow Subway
Reference number: 22-201
II.1.2) Main CPV code
50225000
II.1.3) Type of contract
Services
II.1.4) Short description
Strathclyde Partnership for Transport (SPT) Subway are looking to appoint an eight year framework for rail welding with a break after year four with the option to extend up to a further four years.
Rail welding activities covered under this scope of supply are as below:
- Joining of rail by aluminothermic welding;
- Joining of rail by flash butt welding;
- Restoration of rail by electric arc welding; and,
- Restoration of Switches and Crossings (S&C) by electric arc welding
This scope of work is non-exhaustive and SPT reserves the right to engage for other welding service for the SPT estate over the life of the framework.
II.1.5) Estimated total value
Value excluding VAT:
800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
SPT Subway system and Yard
II.2.4) Description of the procurement
Single Stage accelerated open procedure
Accelerated Open Procedure
15 days for “state of urgency duly substantiated
Section 43 utilities - (5) Where a state of urgency duly substantiated by a utility renders it impracticable to apply the minimum time limit
8 year framework as permitted under the Utilities directive (Regulation 49).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
12 months prior to expiry the service may need retendered if not brought in house
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
This scope of work is non-exhaustive and SPT reserves the right to engage for other welding service for the SPT estate over the life of the framework.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
accelerated procedure” means any of the following:— (a) an open procedure in which the contracting authority has exercised the power conferred by regulation to fix a time limit for the receipt of tenders that is shorter than the minimum specified in regulation
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Accreditation of The Welding Institute (TWI)
Relevant RISQS accreditation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
With regards SPD question 4B SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders. 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.
Minimum level(s) of standards required:
as per insurances as per terms and conditions 18,2
The Contractor shall effect with an insurance company or companies acceptable to SPT a policy or policies of insurance in respect of all the matters which are subject of the indemnities on the part of the Contractor contained in this Contract including Professional Liability Insurance in the sum of no less than 5,000,000 GBP, Public Liability Insurance in the sum of no less than 10,000,000, GBP Product Liability Insurance in the sum of no less than 5,000,000 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.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Provide details of relevant and recent experience of rail welding call off contracts within a railway environment in the last three years. Experience within tunnel environments is preferred and should be identified, where available.
Quality management system accredited against requirements of ISO 9001 or equivalent;
Evidence of relevant RISQS accreditation
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Liquidated damages apply
SLA as per scope for emergency repairs and planned repairs
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 231-528897
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/02/2023
Local time: 12:00
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)
IV.2.7) Conditions for opening of tenders
Date:
17/02/2023
Local time: 12:00
Place:
Glasgow
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
12 months priory to expiry if requirement can not be fulfilled in house
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23392. 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
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
SPT is committed to the promotion of community benefits (CB). Bidders will be asked in the Commercial Envelope to identify what community benefits they propose to deliver under this contract.
Suppliers must state that CBs will be provided and what they will be in line with the points/cost menu provided (140 points worth over the next 8 years). Suppliers must also state what the equivalent is in GBPs.
The successful bidder will be expected to provide an annual breakdown.
(SC Ref:720484)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Sheriff Clerk's Office,
GLASGOW
G5 9DA
UK
VI.4.2) Body responsible for mediation procedures
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
GLASGOW
G5 9DA
UK
VI.4.4) Service from which information about the review procedure may be obtained
Glasgow Sherriff and Justice of the Peace Court
Sheriff Clerk's Office
Glasgow
G5 9DA
UK
VI.5) Date of dispatch of this notice
27/01/2023