Contract

Rail Condition and Profile Management

  • Strathclyde Partnership for Transport (UTILITIES)

F06: Contract award notice – utilities

Notice identifier: 2025/S 000-002353

Procurement identifier (OCID): ocds-h6vhtk-047029

Published 23 January 2025, 11:59am



Section one: Contracting entity

one.1) Name and addresses

Strathclyde Partnership for Transport (UTILITIES)

131, St Vincent Street

Glasgow

G2 5JF

Email

procurement@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

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