Tender Details
Title
Rail Condition and Profile Management Strathclyde Partnership for Transport (Utilities) Rail Condition and Profile Management Strathclyde Partnership for Transport (Utilities) Rail Condition and Profile ManagementStrathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow Subway Reference no:JUN481256 Published by:Strathclyde Partnership for Transport (Utilities) Published to:External Deadline date:16/07/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-047029 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-047029Published by:Strathclyde Partnership for Transport (Utilities)Authority ID:AA61595Publication date:15 June 2024Deadline date:16 July 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract Strathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow Subway Full notice text Contract notice – utilitiesSection I: Contracting entity I.1) Name and addressesStrathclyde Partnership for Transport (UTILITIES)131, St Vincent StreetGlasgowG2 5JFUK E-mail: procurement@spt.co.uk NUTS: UKM82Internet address(es) Main address: http://www.spt.co.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17342I.3) CommunicationThe 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 addressTenders or requests to participate must be sent electronically to:https://www.publictendersscotland.publiccontractsscotland.gov.uk/I.6) Main activity Other: TransportSection II: ObjectII.1) Scope of the procurementII.1.1) TitleRail Condition and Profile Management Reference number: 24-049II.1.2) Main CPV code50220000 II.1.3) Type of contractServicesII.1.4) Short descriptionStrathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow SubwayII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)71631470II.2.3) Place of performanceNUTS code:UKM82Main site or place of performance:GlasgowII.2.4) Description of the procurementSPT 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 criteriaCriteria below: Quality criterion: Activity 1 Methodology / Weighting: 25 Quality criterion: Activity 2 Methodology / Weighting: 30 Quality criterion: Rail profile management plant / tooling / Weighting: 35 Quality criterion: Key risks and opportunities / Weighting: 10 Price / Weighting: 60II.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 yearsII.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 informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList 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 standingList and brief description of selection criteria:Insurance requirementsDuns failure scoreMinimum level(s) of standards required:Insurance requirements:Professional Risk Indemnity: GBP5,000,000Employer's (Compulsory) Liability: GBP5,000,000Public Liability: GBP5,000,000Product Liability: GBP5,000,000SPT 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 abilityList 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 AbilityMinimum level(s) of standards 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 yearsBidders 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 contractIII.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.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 informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 16/07/2024 Local time: 10:00IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 29/07/2024IV.2.4) Languages in which tenders or requests to participate may be submittedENSection VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published:Between four and six yearsVI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationEconomic 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 entitiesBidders are required to complete a full SPD for each of the entities whose capacity they rely uponBidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely onSubcontractors on whose capacity the bidder does not relyBidders 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=2343Community 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 reviewVI.4.1) Review bodyGlasgow Sheriff Court1 Carlton PlGlasgowG5 9DAUKVI.5) Date of dispatch of this notice14/06/2024 Coding Commodity categories ID Title Parent category 71631470Railway-track inspection servicesTechnical inspection services50220000Repair, maintenance and associated services related to railways and other equipmentRepair, maintenance and associated services related to aircraft, railways, roads and marine equipment Delivery locations ID Description 100UK - 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.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
Country
Language
English
Organization
Published Date
14.06.2024
Deadline Date
16.07.2024
Overview
Rail Condition and Profile Management Strathclyde Partnership for Transport (Utilities) Rail Condition and Profile ManagementStrathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow Subway Reference no:JUN481256 Published by:Strathclyde Partnership for Transport (Utilities) Published to:External Deadline date:16/07/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-047029 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-047029Published by:Strathclyde Partnership for Transport (Utilities)Authority ID:AA61595Publication date:15 June 2024Deadline date:16 July 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract Strathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow Subway Full notice text Contract notice – utilitiesSection I: Contracting entity I.1) Name and addressesStrathclyde Partnership for Transport (UTILITIES)131, St Vincent StreetGlasgowG2 5JFUK E-mail: procurement@spt.co.uk NUTS: UKM82Internet address(es) Main address: http://www.spt.co.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17342I.3) CommunicationThe 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 addressTenders or requests to participate must be sent electronically to:https://www.publictendersscotland.publiccontractsscotland.gov.uk/I.6) Main activity Other: TransportSection II: ObjectII.1) Scope of the procurementII.1.1) TitleRail Condition and Profile Management Reference number: 24-049II.1.2) Main CPV code50220000 II.1.3) Type of contractServicesII.1.4) Short descriptionStrathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow SubwayII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)71631470II.2.3) Place of performanceNUTS code:UKM82Main site or place of performance:GlasgowII.2.4) Description of the procurementSPT 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 criteriaCriteria below: Quality criterion: Activity 1 Methodology / Weighting: 25 Quality criterion: Activity 2 Methodology / Weighting: 30 Quality criterion: Rail profile management plant / tooling / Weighting: 35 Quality criterion: Key risks and opportunities / Weighting: 10 Price / Weighting: 60II.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 yearsII.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 informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList 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 standingList and brief description of selection criteria:Insurance requirementsDuns failure scoreMinimum level(s) of standards required:Insurance requirements:Professional Risk Indemnity: GBP5,000,000Employer's (Compulsory) Liability: GBP5,000,000Public Liability: GBP5,000,000Product Liability: GBP5,000,000SPT 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 abilityList 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 AbilityMinimum level(s) of standards 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 yearsBidders 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 contractIII.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.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 informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 16/07/2024 Local time: 10:00IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 29/07/2024IV.2.4) Languages in which tenders or requests to participate may be submittedENSection VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published:Between four and six yearsVI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationEconomic 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 entitiesBidders are required to complete a full SPD for each of the entities whose capacity they rely uponBidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely onSubcontractors on whose capacity the bidder does not relyBidders 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=2343Community 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 reviewVI.4.1) Review bodyGlasgow Sheriff Court1 Carlton PlGlasgowG5 9DAUKVI.5) Date of dispatch of this notice14/06/2024 Coding Commodity categories ID Title Parent category 71631470Railway-track inspection servicesTechnical inspection services50220000Repair, maintenance and associated services related to railways and other equipmentRepair, maintenance and associated services related to aircraft, railways, roads and marine equipment Delivery locations ID Description 100UK - 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.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Soil Preparation Business All Other Professional Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Commercial Air Regulation and Administration of Communications Religious Financial Transactions Processing Justice Other Professional Turned Product and Screw Other Justice Machinery Regulation Regulation and Administration of Communications Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Funds
CPVS
Repair, maintenance and associated services related to aircraft and other equipment Profiles System, storage and content management software package Plants Marine, aviation and other transport insurance services Mains Nuts Sections Lavatory seats, covers, bowls and cisterns Repair, maintenance and associated services related to marine and other equipment Carbon Stocks Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Other community, social and personal services Surveying, hydrographic, oceanographic and hydrological instruments and appliances System, storage and content management software development services Forms Gears, gearing and driving elements Repair, maintenance and associated services related to roads and other equipment Other services Keys Envelopes Envelopes, letter cards and plain postcards Repair, maintenance and associated services of vehicles and related equipment Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Turning gear Electronic, electromechanical and electrotechnical supplies Railway points Rails Repair, maintenance and associated services related to railways and other equipment Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Aircraft Profiles Rails House Nuts Gears Awards Utilities Inspection Equipment cases Subway Case making services Menu Aircraft, Single Engine E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Aircraft, Flight Inspection (Fully Equipped) Aircraft, Jet Widebody Aircraft, Twin Engine
Regions
Europe Northern Europe
Sectors
Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Transportation Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Electronics Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert