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 1413333786
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 for SPT
Reference number: 18-156
II.1.2) Main CPV code
45262680
II.1.3) Type of contract
Services
II.1.4) Short description
Strathclyde Partnership for Transport (SPT) Subway are looking to tender for a 3 year Framework Agreements with a 12 month extension option for rail welding.
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.
It is estimated that the spend over the framework will be between 600 000 GBP and 700 000 GBP.
II.1.5) Estimated total value
Value excluding VAT:
600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45262680
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
SPT Subway, Glasgow
II.2.4) Description of the procurement
Contracts duration is a 3 year Framework Agreements with a 12 month extension option, with a single provider for rail welding. Subject to performance, SPT will extend the contract for a further year with the same single supplier. There is a provision for sub-contracting elements of the work, within the contract.
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.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Quality criterion: Price
/ Weighting: 40
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Following the framework expiring in 2023, we will re-tender this requirement.
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
There will be a mandatory site visit held to ensure suppliers understand the Subway environment and failure to attend will result in an exclusion to bid.
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:
Suppliers must be a member of The Welding Institute (TWI)
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
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
Minimum level(s) of standards required:
Suppliers must be a member of The Welding Institute (TWI).
Relevant RISQS accreditation.
Quality management system accredited to ISO 9001: 2015, or equivalent.
III.1.4) Objective rules and criteria for participation
Mandatory site visit- dates are in the tender documentation.
III.2) Conditions related to 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.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/01/2019
Local time: 14:00
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:
17/01/2019
Local time: 14:00
Place:
SPT Broomloan Depot,
Robert Street, Glasgow
G51 3HB,
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Will be advertised through the same means in 2023.
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 12426. 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:565659)
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 1413333786
E-mail: procurement@spt.co.uk
Fax: +44 1413333224
Internet address(es)
URL: http://www.spt.co.uk
VI.5) Date of dispatch of this notice
27/11/2018