Opportunity

Rail Welding Services for the Glasgow Subway

  • Strathclyde Partnership for Transport (UTILITIES)

F05: Contract notice – utilities

Notice reference: 2023/S 000-002634

Published 27 January 2023, 2:12pm



The closing date and time has been changed to:

24 February 2023, 12:00pm

See the change notice.

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

Telephone

+44 1413333738

Fax

+44 1413333224

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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/

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Rail Welding Services for the Glasgow Subway

Reference number

22-201

two.1.2) Main CPV code

  • 50225000 - Railway-track maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Strathclyde Partnership for Transport (SPT) Subway are looking to appoint an eight year framework for rail welding with a break after year four with the option to extend up to a further four years.

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.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

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

SPT Subway system and Yard

two.2.4) Description of the procurement

Single Stage accelerated open procedure

Accelerated Open Procedure

15 days for “state of urgency duly substantiated

Section 43 utilities - (5) Where a state of urgency duly substantiated by a utility renders it impracticable to apply the minimum time limit

8 year framework as permitted under the Utilities directive (Regulation 49).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

12 months prior to expiry the service may need retendered if not brought in house

two.2.10) Information about variants

Variants will be accepted: No

two.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.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

accelerated procedure” means any of the following:— (a) an open procedure in which the contracting authority has exercised the power conferred by regulation to fix a time limit for the receipt of tenders that is shorter than the minimum specified in regulation


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

Accreditation of The Welding Institute (TWI)

Relevant RISQS accreditation

three.1.2) Economic and financial standing

List and brief description of selection criteria

With regards SPD question 4B 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.

Minimum level(s) of standards possibly required

as per insurances as per terms and conditions 18,2

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.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Provide details of relevant and recent experience of rail welding call off contracts within a railway environment in the last three years. Experience within tunnel environments is preferred and should be identified, where available.

Quality management system accredited against requirements of ISO 9001 or equivalent;

Evidence of relevant RISQS accreditation

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Liquidated damages apply

SLA as per scope for emergency repairs and planned repairs

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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: 2018/S 231-528897

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

17 February 2023

Local time

12:00pm

Changed to:

Date

24 February 2023

Local time

12:00pm

See the change notice.

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

17 February 2023

Local time

12:00pm

Place

Glasgow


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 12 months priory to expiry if requirement can not be fulfilled in house

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23392. 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

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:

SPT is committed to the promotion of community benefits (CB). Bidders will be asked in the Commercial Envelope to identify what community benefits they propose to deliver under this contract.

Suppliers must state that CBs will be provided and what they will be in line with the points/cost menu provided (140 points worth over the next 8 years). Suppliers must also state what the equivalent is in GBPs.

The successful bidder will be expected to provide an annual breakdown.

(SC Ref:720484)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Sheriff Clerk's Office,

GLASGOW

G5 9DA

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

GLASGOW

G5 9DA

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Glasgow Sherriff and Justice of the Peace Court

Sheriff Clerk's Office

Glasgow

G5 9DA

Country

United Kingdom