Section one: Contracting entity
one.1) Name and addresses
Strathclyde Partnership for Transport (UTILITIES)
131, St Vincent Street
Glasgow
G2 5JF
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17342
one.6) Main activity
Other activity
Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Rail Condition and Profile Management
Reference number
24-049
two.1.2) Main CPV code
- 50220000 - Repair, maintenance and associated services related to railways and other equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Strathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow Subway
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £187,897.85
two.2) Description
two.2.2) Additional CPV code(s)
- 71631470 - Railway-track inspection services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.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.
two.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
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-018495
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 January 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Vossloh
80a Scotter Road
Scunthorpe
DN15 8EF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £187,897.85
Section six. Complementary information
six.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.
THIS CONTRACT HAS BEEN AWARDED TO VOSSLOH RAIL SERVICES DEUTSCHLAND GmbH
(SC Ref:788609)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Pl
Glasgow
G5 9DA
Country
United Kingdom