Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Strathclyde Partnership for Transport (Utilities)
131, St Vincent Street
Glasgow
G2 5JF
UK
Ffôn: +44 1413333738
E-bost: procurement@spt.co.uk
Ffacs: +44 1413333224
NUTS: UKM82
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.spt.co.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17342
I.1) Enw a chyfeiriad
South Yorkshire Passenger Transport Executive
S1 2BQ
Sheffield
S1 2BQ
UK
E-bost: tendering@sypte.co.uk
NUTS: UKE3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.sypte.co.uk/
I.1) Enw a chyfeiriad
City of Edinburgh Council — Edinburgh Tram Extension
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Ffôn: +22 1315293415
E-bost: Kelly.faulds.040588@icloud.com
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.edinburgh.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA29204
I.1) Enw a chyfeiriad
Blackpool Council
Blackpool
UK
E-bost: Trish.Rimmer@blackpool.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.blackpool.gov.uk/
I.1) Enw a chyfeiriad
Transport for Greater Manchester
Manchester
M1 3BG
UK
E-bost: Paul.Dean@tfgm.com
NUTS: UKD36
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://tfgm.com/
I.1) Enw a chyfeiriad
Transport for London
5 Endeavour Square
London
E20 1JN
UK
E-bost: PaulMallows@tfl.gov.uk
NUTS: UKI
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://tfl.gov.uk/
I.1) Enw a chyfeiriad
Docklands Light Railway Ltd
London
UK
E-bost: PaulMallows@tfl.gov.uk
NUTS: UKI
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.tfl.gov.uk
I.1) Enw a chyfeiriad
West Midlands Metro
Wednesbury
UK
E-bost: Desmond.Coulson@westmidlandsmetro.com
NUTS: UKG
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://westmidlandsmetro.com/
I.1) Enw a chyfeiriad
Transport for Wales
Southgate House, Wood Street
Cardiff
CF10 1EW
UK
E-bost: Contact@tfw.wales
NUTS: UKL
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://tfwrail.wales/
I.1) Enw a chyfeiriad
Isle of Man
Isle of Man
UK
E-bost: procurement@gov.im
NUTS: UKZ
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.isleofman.com/travel/getting-around/railways-tramways/
I.1) Enw a chyfeiriad
Nexus Rail
HQ Gosforth Industrial Estate
Newcastle
NE3 1XW
UK
E-bost: Keiron.Gooch@nexus.org.uk
NUTS: UKC
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.nexus.org.uk
I.2) Caffael ar y cyd
Mae a wnelo’r contract â chaffael ar y cyd
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Supply of Rail and Trackwork
Cyfeirnod: 19-253
II.1.2) Prif god CPV
34941200
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Supply or rail and track — main site or place of performance: Various locations throughout the geographical boundaries of the participating bodies listed within the contract notice and tender documentation.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 4 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 2 lotiau
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Supply of Rail
II.2.2) Cod(au) CPV ychwanegol
34940000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
Broomloan Depot and other addresses as listed within the contract notice and tender documentation.
II.2.4) Disgrifiad o’r caffaeliad
Single stage procurement
SPT lead authority.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Processes and procedures
/ Pwysoliad: 35
Maes prawf ansawdd: Meet the requirements — solution
/ Pwysoliad: 50
Maes prawf ansawdd: Capability
/ Pwysoliad: 10
Maes prawf ansawdd: Community benefits
/ Pwysoliad: 5
Price
/ Pwysoliad:
70
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 500 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Call-off are allowed beyond the initial framework duration as long as within the spirit of the framework.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Other types of rail may be purchased over the life of the framework, the tender list is non-exhaustive.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The framework will be available for all contracting authorities as defined by the Public Contracts) Regulations 2015 Due to character limitations a full list is available at www.spt.co.uk but for the avoidance of doubt the list includes the following contract authorities but is non-exhaustive.
Rhif y Lot 2
II.2.1) Teitl
Supply of Trackwork (S&C)
II.2.2) Cod(au) CPV ychwanegol
34940000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
To contract authorities listed in the contract and tender documentation.
II.2.4) Disgrifiad o’r caffaeliad
Open single stage
Multi lot framework
SPT is the lead authority on the framework however other public organisations listed are able to call off from the framework.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Processes and procedures
/ Pwysoliad: 40
Maes prawf ansawdd: Meet the requirements
/ Pwysoliad: 55
Maes prawf ansawdd: Community benefits
/ Pwysoliad: 5
Price
/ Pwysoliad:
70
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 500 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Eight year framework, call offs may be made prior to the expiry of the framework in the spirit of the framework.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
This list of trackwork (S&C)however this list is non-exhaustive and reserve the right to purchase other types of trackwork over the life of the framework.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The framework will be available for all contracting authorities as defined by the Public Contracts) Regulations 2015 Due to character limitations a full list is available at www.spt.co.uk but for the avoidance of doubt the list includes the following contract authorities but is non-exhaustive.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Lefel(au) gofynnol y safonau sydd eu hangen:
51 ratio - ‘With regards ESPD 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.
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.
Where 2 out of the 3 ratios cannot be met, we may then take account of other factors (including those listed below) 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.’
As per T&C's - 19.2. 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 GBP 5 000 000, public liability insurance in the sum of no less than GBP 10 000 000, product liability insurance in the sum of no less than GBP 5 000 000 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.
III.1.3) Gallu technegol a phroffesiynol
Lefel(au) gofynnol y safonau sydd eu hangen:
Technical pre-requisites (pass/fail):
1) porovide evidence of independently certified quality management system (against ISO 9001 or equivalent) covering the scope of supply [applies for rail and trackwork lots];
2) can you supply BS80A (CEN 39E1) and UIC33 rail – yes/no [applies for rail lot only].
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 2
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
04/09/2020
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
04/09/2020
Amser lleol: 12:00
Place:
131 St Vincent St Glasgow G2 5JF.
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
On expiry of the framework, the requirement will be reviewed and tendered appropriately.
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The tender list is non-exhaustive, other similar equipment is allowed from over the life of the framework detailing any savings and discount.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 16641. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
SPT is committed to the promotion of community benefits. Bidders will be asked in the technical envelope of each lot to identify what community benefits they propose to deliver under this framework to each lot based on the value and Community Benefits points allocated to each lot.
The estimated value and duration of this contract will attract a minimum of 120 community benefits points for lot 1 and 60 points for lot 2 to be delivered by the successful contractor
Please give examples of your involvement in the following: promoting supply chain opportunities to new and small, medium enterprises.
Young person engagement — giving young people in the area an opportunity to engage in a project. The engagement can range from young people learning about a project to giving them the opportunity to shape and influence a project thus giving them more say in and connection to the future of their area.
(SC Ref:624816)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9TW
UK
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9TW
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
29/07/2020