Opportunity

Supply of Suspension Elements

  • Strathclyde Partnership for Transport (UTILITIES)

F05: Contract notice – utilities

Notice reference: 2021/S 000-029449

Published 26 November 2021, 12:34pm



The closing date and time has been changed to:

22 December 2021, 10:00am

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 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.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