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.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
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
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Rail Welding Services for the Glasgow Subway
Cyfeirnod: 22-201
II.1.2) Prif god CPV
50225000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Strathclyde Partnership for Transport (SPT) Subway are looking to appoint an eight year framework for rail welding with a break after year four with the option to extend up to a further four years.
Rail welding activities covered under this scope of supply are as below:
- Joining of rail by aluminothermic welding;
- Joining of rail by flash butt welding;
- Restoration of rail by electric arc welding; and,
- Restoration of Switches and Crossings (S&C) by electric arc welding
This scope of work is non-exhaustive and SPT reserves the right to engage for other welding service for the SPT estate over the life of the framework.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 800 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
SPT Subway system and Yard
II.2.4) Disgrifiad o’r caffaeliad
Single Stage accelerated open procedure
Accelerated Open Procedure
15 days for “state of urgency duly substantiated
Section 43 utilities - (5) Where a state of urgency duly substantiated by a utility renders it impracticable to apply the minimum time limit
8 year framework as permitted under the Utilities directive (Regulation 49).
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
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:
12 months prior to expiry the service may need retendered if not brought in house
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:
This scope of work is non-exhaustive and SPT reserves the right to engage for other welding service for the SPT estate 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
accelerated procedure” means any of the following:— (a) an open procedure in which the contracting authority has exercised the power conferred by regulation to fix a time limit for the receipt of tenders that is shorter than the minimum specified in regulation
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Accreditation of The Welding Institute (TWI)
Relevant RISQS accreditation
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
With regards SPD 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.
Lefel(au) gofynnol y safonau sydd eu hangen:
as per insurances as per terms and conditions 18,2
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 5,000,000 GBP, Public Liability Insurance in the sum of no less than 10,000,000, GBP Product Liability Insurance in the sum of no less than 5,000,000 gBP and Employers’ Liability Insurance in the sum of no less than 5,000,000 gbp 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
Rhestr a disgrifiad byr o’r meini prawf dethol:
Provide details of relevant and recent experience of rail welding call off contracts within a railway environment in the last three years. Experience within tunnel environments is preferred and should be identified, where available.
Quality management system accredited against requirements of ISO 9001 or equivalent;
Evidence of relevant RISQS accreditation
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Liquidated damages apply
SLA as per scope for emergency repairs and planned repairs
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’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
Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.
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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2018/S 231-528897
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
17/02/2023
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: 4 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
17/02/2023
Amser lleol: 12:00
Place:
Glasgow
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
12 months priory to expiry if requirement can not be fulfilled in house
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23392. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
SPT is committed to the promotion of community benefits (CB). Bidders will be asked in the Commercial Envelope to identify what community benefits they propose to deliver under this contract.
Suppliers must state that CBs will be provided and what they will be in line with the points/cost menu provided (140 points worth over the next 8 years). Suppliers must also state what the equivalent is in GBPs.
The successful bidder will be expected to provide an annual breakdown.
(SC Ref:720484)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court and Justice of the Peace Court
Sheriff Clerk's Office,
GLASGOW
G5 9DA
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 9DA
UK
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
Glasgow Sherriff and Justice of the Peace Court
Sheriff Clerk's Office
Glasgow
G5 9DA
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
27/01/2023