Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 14th Jun 2024

Tender Details
Referenceocds-h6vhtk-047029
Common Procurement VocabularyRepair, maintenance and associated services related to railways and other equipment
Procurement MethodRestricted procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 14th Jun 2024

Tender Details
Referenceocds-h6vhtk-047029
Common Procurement VocabularyRepair, maintenance and associated services related to railways and other equipment
Procurement MethodRestricted procedure
Value-

Section I: Contracting entity

I.1) Name and addresses

Strathclyde Partnership for Transport (UTILITIES)

131, St Vincent Street

Glasgow

G2 5JF

Email

procurement [at] spt.co.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.spt.co.uk

Buyer's address

https://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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

I.6) Main activity

Other activity

Transport


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Rail Condition and Profile Management

Reference number

24-049

II.1.2) Main CPV code

  • 50220000 - Repair, maintenance and associated services related to railways and other equipment

II.1.3) Type of contract

Services

II.1.4) Short description

Strathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow Subway

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71631470 - Railway-track inspection services

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

II.2.4) Description of the procurement

SPT are seeking a contractor to undertake surveys and works to provide assurance of and improvements to rail conditions within the Glasgow Subway. Activities include:

Non-Destructive Testing (NDT), specifically Ultrasonic Testing (UT);

Develop, through survey of the Subway track, proposal for rail profile management activities (grinding / milling); and,

Implement rail profile management activities.

Activities 1 and 2 are fixed scope. Activity 3 is optional. SPT reserves the right to make awards against each activity not at all, once, or on multiple occasions.

II.2.5) Award criteria

Quality criterion - Name: Activity 1 Methodology / Weighting: 25

Quality criterion - Name: Activity 2 Methodology / Weighting: 30

Quality criterion - Name: Rail profile management plant / tooling / Weighting: 35

Quality criterion - Name: Key risks and opportunities / Weighting: 10

Price - Weighting: 60

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

It envisaged the requirement will be renewed in 4 - 6 years

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All tenderers must be ISO 9001 accredited or have an in-house system that adheres to this standard.

SPD Question 4A.1 Trade Registers - It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to our satisfaction that they are trading from the address provided in the tender and under the company name given.

If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.

SPD Question 4A.2 Authorisation/Membership –

Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Bidders must confirm if they hold the particular authorisation or memberships.

III.1.2) Economic and financial standing

List and brief description of selection criteria

Insurance requirements

Duns failure score

Minimum level(s) of standards possibly required

Insurance requirements:

Professional Risk Indemnity: GBP5,000,000

Employer's (Compulsory) Liability: GBP5,000,000

Public Liability: GBP5,000,000

Product Liability: GBP5,000,000

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.

In the event that the bidder does not have a Dun and Bradstreet rating or they consider that the rating has been adversely affected by factors which they can offer mitigating evidence for, we will use the following ratios to evaluate a bidder’s financial status. Bidders must confirm within their response to the relevant question within the Qualification Envelope, the name and value of the 3 financial ratios listed below as taken from their own Accounts.

1 Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;

2 Liquidity – this value is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio;

3 Gearing – this value is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.

Where 2 out of the 3 ratios cannot be met, we may then take account of other factors (including those listed in the tender documentation) when assessing financial viability and the risk to the organisation, providing that the Bidder can submit acceptable evidence to substantiate any of the mitigating criteria.

III.1.3) Technical and professional ability

List and brief description of selection criteria

The SPD forms the Qualification and Technical Envelope for this tender.

SPD Question 4C.1.2 Technical and Professional Ability

Minimum level(s) of standards possibly required

With reference to the nature and details of the supplies/services that are the subject matter of this tender, 3 relevant examples are to be provided of the supplies/services undertaken by the bidder in the last 3 years

Bidders will be required to confirm within the ITT (Stage 2, Technical Envelope) whether they intend to subcontract and, if so, for what proportion of the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about the 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

16 July 2024

Local time

10:00am

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

29 July 2024

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

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Between four and six years

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the authority of the self-cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self-cleansing measures undertaken.

SPD Question 2.C.1 Reliance on the capacities of other entities

Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon

Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on

Subcontractors on whose capacity the bidder does not rely

Bidders who are selected to submit an ITT will be asked whether they intend to subcontract within the ITT (Stage 2) Tender. A shortened version of the SPD covering the exclusion grounds will require to be completed by each Subcontractor so identified and uploaded within the ITT (Stage 2) Technical Envelope.

ESPD Question 4A.1 Trade Registers - It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to our satisfaction that they are trading from the address provided in the tender and under the company name given.

If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 26862. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

The tenderers must commit to providing community benefits as per the menu contained within the tender documentation.

(SC Ref:768131)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Pl

Glasgow

G5 9DA

Country

United Kingdom