Civil Engineering Tender Glasgow
Subway Modernisation Infrastructure Asset Renewal: Tunnel Lining Improvements.
United Kingdom-Glasgow: Works for complete or part construction and civil engineering work
2014/S 101-177458
Contract notice – utilities
Works
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Strathclyde Partnership for Transport – Utility
Consort House, 12 West George Street
Contact point(s): Finance; Procurement
G2 1HN Glasgow
UNITED KINGDOM
Telephone: +44 1413333192
E-mail: procurement@spt.co.uk
Fax: +44 1413333224
Internet address(es):
General address of the contracting entity: http://www.spt.co.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17342
Electronic access to information: www.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publiccontractsscotland.gov.uk
Further information can be obtained from: Strathclyde Partnership for Transport – Utility
Consort House, 12 West George Street
Contact point(s): Finance; Procurement
G2 1HN Glasgow
UNITED KINGDOM
Telephone: +44 1413333192
E-mail: procurement@spt.co.uk
Fax: +44 1413333224
Internet address: http://www.spt.co.uk
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: Strathclyde Partnership for Transport-Utility
Consort House, 12-16 west George Street
Contact point(s): Finance
For the attention of: Procurement Manager
g2 1HN Glasgow
UNITED KINGDOM
Telephone: +44 1413333786
E-mail: procurement@spt.co.uk
Internet address: www.spt.co.uk
I.2)Main activity
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting entities
Main site or location of works, place of delivery or of performance: Glasgow Subway.
NUTS code UKM34
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s):
The works will comprise tunnel lining repairs, trackbed repairs and track drainage improvements. It will also involve an element of call off work based on rates for discovered or emergency work. SPT may utilise the successful contractor(s) to carry out work due to unforeseen circumstances or additional works which is a repetition of the works carried out within the original contract award.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=304610
II.1.6)Common procurement vocabulary (CPV)
45200000, 71311100, 45221000, 45221200, 45221240, 45221242, 45234129
II.1.9)Information about variants
II.2.1)Total quantity or scope:
a. Probehole investigations to determine presence of voids behind the tunnel linings (predominately within the north of the system), investigate water ingress areas and determine tunnel lining thickness.
b. Removal of drip sheets to investigate condition of tunnel lining and extent of water ingress.
c. Reporting of findings from probehole investigations and drip sheet removal.
d. Cleaning of track bed, slips and drainage channel.
e. Inspection of cleaned track bed, slip and drainage channel to determine occurrence of ingress of water with silt/sand – predominately within the south section of the system.
f. Reporting of findings from inspection of cleaned trackbed and drainage channel.
g. Design of remedial works to allow:
h. Infilling of voids behind tunnel lining with OPC grout.
i. Sealing of water ingress from trackbed and prevention of ingress of silt/sand.
j. Concrete repairs to tunnel lining – concrete patch repairs and sprayed concrete.
k. Installation of weep pipes to manage ingress of water.
l. Chemical resin injection of brickwork / concrete lining to seal lining and minimise water ingress.
m. Re-pointing of brickwork lining joints.
n. Re-caulking of cast iron joints.
o. Concrete crack repairs.
p. Cleaning of tunnel lining.
q. Trackbed concrete repairs.
r. De-bonded Rail Block, Check Rail Block and Sleeper replacement.
s. Sleeper Removal.
t. Track drainage upgrades.
u. Walkway Renewal – included as an option only.
Call off Work:
As part of this contract it is anticipated that the successful contractor(s) will call off services based on rates provided for discovered work that is within the scope of the original contract or emergency work.
II.2.2)Information about options
Description of these options: For work that is a repetition of the original tendered work or is of a similar nature, SPT would wish to have an option to award the work to the successful contractor(s) for a period up to 24 months following the completion of the original contract
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
Description of particular conditions: 1) SPT will negotiate the final stages of the contract with the top scoring contractors(s).
2) SPT reserve the right to carry out slight modifications the scope of work tendered and this may be carried out during negotiation with the top contractor(s).
3) Tender Selection criteria will be based on MEAT (Most Economically Advantageous Tender) taking account of the Price / Quality ratio laid down within Volume 0 of the Tender documentation.
4) Should SPT decide to award to more than one contractor it reserves the right to determine to whom and what sections of work it will award.
5) All work carried out will monitored and scored against contractor performance on the contract.
6) Call off work or discovered work will be done on a rotational basis where more than one contractor has been appointed and will be dependent on previous performance of work carried out within the contract.
7) Contract will be subject to Scots Law.
8) An option to award repetitive or similar work for a period of 24 months will be retained.
9) Security vetting of employees and subcontractors will be required details of which will be provided to the successful contractors.
10) In light of the increased level of investment in its infrastructure SPT would like to consider community benefits within the current legal constraints and would like to maximise the economic and social benefits to the area covered by SPT. The introduction of the local government in Scotland Act 2003 and the adoption of the EC’s Single Procurement Directive enable SPT to explore this via its procurement route.
11) The proposed form of contract is from NEC3 suite of contracts.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
The above mentioned certificates or declaration must be provided with your tender submission
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Date: 18.7.2014 – 10:00
Place
SPT Consort House 12 West George Street Glasgow.
Persons authorised to be present at the opening of tenders: yes
Procurement Officer and Assistant Procurement Officer.
Section VI: Complementary information
VI.3)Additional information:
2) It is SPT’s intention to award to a single contractor however SPT reserves the right to split the award of the contract between a maximum of two contractors should it determine that this offers best value in relation to contract delivery.
3) Should SPT elect to award the contract between two contractors they will be the top two scoring contractors following evaluation of price and quality.
4) SPT will negotiate the final stages of the contract with the top scoring contractors(s).
5) SPT reserve the right to carry out slight modifications the scope of work tendered and this may be carried out during negotiation with the top contractor(s).
6) Tender Selection criteria will be based on MEAT (Most Economically Advantageous Tender) taking account of the Price / Quality ratio laid down within Volume 0 of the Tender documentation.
7) Should SPT decide to award to more than one contractor it reserves the right to determine to whom and what sections of work it will award.
8) All work carried out will monitored and scored against contractor performance on the contract.
9) Call off work or discovered work will be done on a rotational basis where more than one contractor has been appointed and will be dependent on previous performance of work carried out within the contract.
10) Contract will be subject to Scots Law.
11) An option to award repetitive or similar work for a period of 24 months will be retained.
12) Security vetting of employees and subcontractors will be required details of which will be provided to the successful contractors.
13) In light of the increased level of investment in its infrastructure SPT would like to consider community benefits within the current legal constraints and would like to maximise the economic and social benefits to the area covered by SPT. The introduction of the local government in Scotland Act 2003 and the adoption of the EC’s Single Procurement Directive enable SPT to explore this via its procurement route.
Please note that Community Benefit can take many forms and is something that SPT would encourage tenderers to consider. As such, all tenderers should note that some grant information is available from Construction Skills /Sgilean Togail, 4 Fountain Avenue, Inchinnan Business Park, Inchinnan ,Renfewshire, PA4 9RQ [web http://www.cskills.org/apprenticeships/index.aspx]
For the engagement of apprentices and also for the training of employers. There may also be additional funding available from local authorities and other government bodies in local areas meaning that the cost of taking on an apprentice is minimal, and again additional funding may be available from the likes of Skills Development Scotland to recruit a redundant apprentice should the projects be over a shorter period of time.
14) Attendance at the site visits is not mandatory however SPT feel that it would serve as an aid to further your comprehension of SPT’s work requirements and the physical working environs. Additional visits can be arranged on request but will not be consider 7 days prior to closing date.
15) The proposed form of contract is from NEC3 suite of contracts.
(SC Ref:304610)
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: