Opportunity

Supply of Track Fastenings and Support Assemblies

  • Strathclyde Partnership for Transport (UTILITIES)

F05: Contract notice – utilities

Notice reference: 2021/S 000-020103

Published 17 August 2021, 3:14pm



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 1413333786

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.6) Main activity

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Track Fastenings and Support Assemblies

Reference number

20-034

two.1.2) Main CPV code

  • 34940000 - Railway equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Strathclyde Partnership for Transport (SPT) operated Glasgow Subway forms a circle in the centre-west of the city. The entire passenger railway is subsurface, comprising two circular routes, each of approximately 10.5km of slab track. Within a surface maintenance depot in Govan there is approximately 2.5km of ballast track. The system first opened to the public in 1896 and has since gone through various modernisation programmes, including at present.

Maintenance of the Subway track and infrastructure assets is undertaken typically by SPT in-house resource. To support its on-going preventative and reactive maintenance activities, SPT has a long-term agreement in place for supply of rail fastening assembly components, with the exception of rail pads. SPT is looking to award a long-term (up to 8 year) framework to a supplier(s) who is recognised for supplying rail pads and other similar of Track Fastening and Support Assemblies.

two.1.5) Estimated total value

Value excluding VAT: £1,250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34940000 - Railway equipment

two.2.3) Place of performance

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

Glasgow Subway

two.2.4) Description of the procurement

The Strathclyde Partnership for Transport (SPT) operated Glasgow Subway forms a circle in the centre-west of the city. The entire passenger railway is subsurface, comprising two circular routes, each of approximately 10.5km of slab track. Within a surface maintenance depot in Govan there is approximately 2.5km of ballast track. The system first opened to the public in 1896 and has since gone through various modernisation programmes, including at present.

Maintenance of the Subway track and infrastructure assets is undertaken typically by SPT in-house resource. To support its on-going preventative and reactive maintenance activities, SPT has a long-term agreement in place for supply of rail fastening assembly components, with the exception of rail pads. SPT is looking to award a long-term (up to 8 year) framework to a supplier(s) who is recognised for supplying rail pads and other similar of Track Fastening and Support Assemblies.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,250,000

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

Duration in months

96

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders. 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.

Minimum level(s) of standards possibly required

Bidders with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability.

In the absence of a DBAi rating, 2 out of the 3 financial ratios must be passed. where 2 out of the 3 ratios cannot be met, we may then take account of other factors 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

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must provide examples of a minimum of two previous contracts for the supply of similar goods.

Minimum level(s) of standards possibly required

These examples must evidence the bidders ability to service contracts of a similar value and volume to that advertised in this tender.

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Bidders will require to evidence that they hold ISO 9001 and ISO 14001 or can evidence that they have equivalent levels of internal processes in place.


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

Date

22 September 2021

Local time

12:00pm

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

22 September 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 19314. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The Community Benefits requirements are detailed within the Technical Envelope of the ITT

(SC Ref:664085)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sherriff and Justice of the Peace Court

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place

Glasgow

Country

United Kingdom