Section one: Contracting entity
one.1) Name and addresses
Strathclyde Partnership for Transport (UTILITIES)
131, St Vincent Street
Glasgow
G2 5JF
Telephone
+44 1413333786
Fax
+44 1413333224
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.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
Other activity
Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply of Suspension Elements
two.1.2) Main CPV code
- 44550000 - Springs
two.1.3) Type of contract
Supplies
two.1.4) Short description
SPT require the manufacture and supply of metal and rubber bonded bogie suspension spring elements to support the continued operation and maintenance of subway vehicles.
Part Qty Required
Primary Springs – Power 46
Primary Springs - Trailer 32
Secondary Springs 48
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 Broomloan Depot,
Robert Street, Glasgow
G51 3HB
two.2.4) Description of the procurement
single stage - supply only contract
Previous Contract Examples - Supplier to provide previous examples of the supply of similar components within the last 3 years. – Pass/Fail
Quality Management Standards - Evidence of ISO 9001 or equivalent – Pass/Fail
Compliance to specification - Confirmation that the springs can be supplied to the drawings provided.– Yes/No
Delivery Approach - Please evidence how you will source and manufacture within the stated lead-time of four months. (80%)
Sustainability - Please detail your organisations commitment to sustainable processes you will incorporate into delivering this to SPT. (20%)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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: Yes
Description of options
Tender list is non-exhaustive. SPT reserves the right to approach the preferred bidder for other similar components over the next 24 months up to value of 200k GBP.
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
Minimum level(s) of standards possibly required
as per T&C's - 18 - Insurance
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 GBP5,000,000, Public Liability Insurance in the sum of no less than GBP10,000,000, Product Liability Insurance in the sum of no less than GBP5,000,000 and Employers’ Liability Insurance in the sum of no less than GBP 5,000,000 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
Minimum level(s) of standards possibly required
Quality Management Standards - Evidence of ISO 9001 or equivalent – Pass/Fail
Compliance to specification - Confirmation that the springs can be supplied to the drawings provided.– Yes/No
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
deliver within 4 months
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
17 December 2021
Local time
10:00am
Changed to:
Date
22 December 2021
Local time
10:00am
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 December 2021
Local time
10:00am
Place
Glasgow
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 42065. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:674867)
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
Sheriff Clerk's Office,
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
Glasgow
G5 9DA
Country
United Kingdom