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 1413333556
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: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17342
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
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
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd trefol, tramffyrdd, trolibysiau neu fysiau
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Phase Four Station Improvements
Cyfeirnod: 17-250
II.1.2) Prif god CPV
45453100
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
As part of the Subway Modernisation programme Strathclyde Partnership for Transport (SPT) now wishes to tender the refurbishment of St Georges Cross, Cowcaddens, West Street and Kinning Park Stations. This ITT is for 2 lots:
1) St Georges Cross and Kinning Park Stations; and
2) Cowcaddens and West Street Stations.
A contract for each station will be awarded individually from each lot, resulting in four contracts in total.
Tendering Organisations can bid for one or both lots.
The refurbishment works will be as the scope outlined in this advert and detailed at stage two of this process. However, should further works be required to complete the refurbishment of each station, SPT reserves the right to award this work to the successful bidder(s) for the appropriate lots.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 7 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
St Georges Cross and Kinning Park Stations
II.2.2) Cod(au) CPV ychwanegol
45453100
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
Glasgow
II.2.4) Disgrifiad o’r caffaeliad
SPT require improvement works in respect of the following areas:
Platform, vertical circulation, concourse, back of house.
Mechanical and Electrical replacement (lighting, emergency lighting, PAVA, fire alarms, HVAC etc.).
Floors, walls, ceilings, station office, ticket desk, switch rooms.
Track access requirements at platform.
Working in a live rail environment.
A key feature of implementing the works is to do so while the stations remain operational. Liaising with Subway Engineering and Operations Departments will be key. An essential part of the liaison will be the timeous submission of method statements and risk assessments, and cooperation with operational and maintenance needs of the Subway.
Should any further works be required to complete the refurbishment of these stations SPT reserve the right, at SPT's sole discretion to award this work to the successful bidder for this lot.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Methodology
/ Pwysoliad: 35
Maes prawf ansawdd: Management
/ Pwysoliad: 35
Maes prawf ansawdd: Quality
/ Pwysoliad: 15
Maes prawf ansawdd: Safety
/ Pwysoliad: 15
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 12
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 5
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
All tendering organisations must complete an ESPD response on the Public Contracts Scotland Tender website. All tenderers must complete the qualification and technical envelopes.
The technical questions are as follows:
Please provide 2 previous examples, within the last 5 years, detailing projects involving full strip out and replacement of M&E installations while the building remains operational.
Each Project must be a maximum of 1 A4 sheet (excluding pictures). Scored from 4 weighted 40 %.
Please provide 2 previous examples, within the last 5 years, of projects within an operational transport environment.
Each Project must be a maximum of 1 A4 sheet (excluding pictures). Scored from 4 and weighted 30 %.
Please provide 2 previous examples, within the last 5 years, detailing projects and temporary works arrangements within public areas.
Each Project must be a maximum of 1 A4 sheet (excluding pictures). Scored from 4 and weighted 30 %.
The scoring rationale is contained within the ITT document.
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
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
Rhif y Lot 2
II.2.1) Teitl
Cowcaddens and West Street Stations
II.2.2) Cod(au) CPV ychwanegol
45453100
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
Glasgow
II.2.4) Disgrifiad o’r caffaeliad
SPT require improvement works in respect of the following areas:
Platform, vertical circulation, concourse, back of house.
Mechanical and Electrical replacement (lighting, emergency lighting, PAVA, fire alarms, HVAC etc.).
Floors, walls, ceilings, station office, ticket desk, switch rooms.
Track access requirements at platform.
Working in a live rail environment.
A key feature of implementing the works is to do so while the stations remain operational. Liaising with Subway Engineering and Operations Departments will be key. An essential part of the liaison will be the timeous submission of method statements and risk assessments, and cooperation with operational and maintenance needs of the Subway.
Should any further works be required to complete the refurbishment of these stations SPT reserve the right, at SPT's sole discretion to award this work to the successful bidder for this lot.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Methodology
/ Pwysoliad: 35
Maes prawf ansawdd: Management
/ Pwysoliad: 35
Maes prawf ansawdd: Quality
/ Pwysoliad: 15
Maes prawf ansawdd: Safety
/ Pwysoliad: 15
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 12
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 5
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
All tendering organisations must complete an ESPD response on the Public Contracts Scotland Tender website. All tenderers must complete the qualification and technical envelopes.
The technical questions are as follows:
Please provide 2 previous examples, within the last 5 years, detailing projects involving full strip out and replacement of M&E installations while the building remains operational.
Each Project must be a maximum of 1 A4 sheet (excluding pictures). Scored from 4 weighted 40 %.
Please provide 2 previous examples, within the last 5 years, of projects within an operational transport environment.
Each Project must be a maximum of 1 A4 sheet (excluding pictures). Scored from 4 and weighted 30 %.
Please provide 2 previous examples, within the last 5 years, detailing projects and temporary works arrangements within public areas.
Each Project must be a maximum of 1 A4 sheet (excluding pictures). Scored from 4 and weighted 30 %.
The scoring rationale is contained within the ITT document.
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
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
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:
Tenderers must state their turnover for the previous 3 years.
Tenderers must have a minimum Turnover of 5 000 000 GBP (Five million GBP) to bid for one lot and a minimum turnover of 10 000 000 GBP (Ten million GBP)to bid for both lots. Prior to award a check will be made to ensure that the potential contractor is approved by Dun and Bradstreet for the size of contract to be awarded.
This is a SBCC contract 2016 with amendments which will be published at ITT stage. Final tenders must be submitted on the basis of unconditional acceptance of the terms and conditions of contract specified by SPT. Tenderers will have the opportunity to raise queries on the terms and conditions through the clarification process and any proposed amendments acceptable to SPT will be communicated to all tenderers. SPT reserves the right not to make any changes to the terms and conditions as issued with the ITT.
Insurance of Works:
Insurance Option C applies (likely to be a joint names policy). A replacement schedule will not be utilised.
Insurance:
Contractor's insurance — injury to persons or property.
Insurance cover (for any one event or series of events arising from one event): 10 000 000 GBP
Insurance — Liability of Employer.
Insurance will be required.
Minimum amount of indemnity for any one occurrence or series of occurrences arising out of one event 10 000 000 GBP.
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
Tenderers require to complete an ESPD response. A qualification and technical envelope is required. The technical questions are as detailed in the lots description.
III.1.6) Adneuon a gwarantau sy’n ofynnol:
Contractor guarantee bond will be required — 10 %
An advance payment bond is not required.
Contractor's retention bond does not apply.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
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:
20/03/2018
Amser lleol: 10:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
01/06/2018
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: 4 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
This contract has been issued under The Utilities Contracts (Scotland) Regulations 2016.
This is a SBCC contract 2016 with amendments which will be published at ITT stage. Final tenders must be submitted on the basis of unconditional acceptance of the terms and conditions of contract specified by SPT. Tenderers will have the opportunity to raise queries on the terms and conditions through the clarification process and any proposed amendments acceptable to SPT will be communicated to all tenderers. SPT reserves the right not to make any changes to the terms and conditions as issued with the ITT.
The Contractor shall be liable to the Client for any direct damage caused by the Contractor or by his servants or agents to the Client’s existing property. The Contractor shall also be liable for loss of income to the Client should the Client be unable to run passenger trains as a result of the damage. These risks shall be covered by the Contactor’s insurance cover.
Scottish law will apply this this contract.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Community benefits will not be evaluated as part of this contract.
However, all contractors who submit an ESPD response should be provide a description of what community benefits, if any, will apply to the contract(s) if awarded.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Community benefits will not be evaluated under this contract. Tenderers will be asked to submit a statement detailing what community benefits if any will be applied if successfully awarded any of the contracts.
(SC Ref:529904).
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Strathclyde Partnership for Transport (Utilities)
131, St Vincent Street
Glasgow
G2 5JF
UK
Ffôn: +44 1413333556
Ffacs: +44 1413333224
Cyfeiriad(au) rhyngrwyd
URL: http://www.spt.co.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
09/02/2018