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 1413333786
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
Arall: Transport
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Supply of Suspension Elements
II.1.2) Prif god CPV
44550000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
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
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 Broomloan Depot,
Robert Street, Glasgow
G51 3HB
II.2.4) Disgrifiad o’r caffaeliad
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%)
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 20
Price
/ Pwysoliad:
80
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 6
Gall y contract hwn gael ei adnewyddu: Na
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:
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.
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:
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.
III.1.3) Gallu technegol a phroffesiynol
Lefel(au) gofynnol y safonau sydd eu hangen:
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
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
deliver within 4 months
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
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:
17/12/2021
Amser lleol: 10:00
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:
17/12/2021
Amser lleol: 10:00
Place:
Glasgow
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
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)
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
Sheriff Clerk's Office,
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
Glasgow
G5 9DA
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
26/11/2021