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

Rail Welding Services for the Glasgow Subway

  • First published: 28 January 2023
  • Last modified: 28 January 2023

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:
ocds-h6vhtk-039b7c
Published by:
Strathclyde Partnership for Transport (Utilities)
Authority ID:
AA61595
Publication date:
28 January 2023
Deadline date:
17 February 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

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 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

Coding

Commodity categories

ID Title Parent category
50225000 Railway-track maintenance services Repair, maintenance and associated services related to railways and other equipment

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.