Notice Information
Notice Title
Annual Pump Maintenance for Subway
Notice Description
Within Glasgow Subway there are 22 Sump locations distributed around the subsurface network and also within the Depot area. With the exception of sump 17, which has three pumps, within these sumps are two pump sets that are configured for Duty/Standby operation with each individual pump capable of discharging the full demand from each sump. There are 45 'Xylem Flygt' submersible pumps that operate within the Subway, controlled from a dedicated local control panel located in the local Station Switch-room and monitored from the Subway Operational Control Centre. As any water flow enters the sump from the rebate between the rails and a cross connection between the inner and outer circle tracks. The water is discharged through rising main pipework which discharges to the surface drainage system.
Lot Information
Lot 1
Single Stage procurement The following weightings will be used to determine the most economically advantageous tender: Quality (Technical) 60% Price (Commercial) 40%
Options: remedial works following site maintenance. SPT reserve the right to approach the supplier for any other similar work over the life of the contract
Renewal: 3 years with SPT option to extend by a further 24 months subject to satisfactory performance, financial standing and availability of funding
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000611882
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN387795
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £56,157 Under £100K
Notice Dates
- Publication Date
- 8 Jun 20205 years ago
- Submission Deadline
- 14 Feb 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Jun 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2025
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- STRATHCLYDE PARTNERSHIP FOR TRANSPORT (UTILITIES)
- Contact Name
- Not specified
- Contact Email
- procurement@spt.co.uk
- Contact Phone
- +44 1413333738
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 5JF
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN378248
Annual Pump Maintenance for Subway - Within Glasgow Subway there are 22 Sump locations distributed around the subsurface network and also within the Depot area. With the exception of sump 17, which has three pumps, within these sumps are two pump sets that are configured for Duty/Standby operation with each individual pump capable of discharging the full demand from each sump. There are 45 'Xylem Flygt' submersible pumps that operate within the Subway, controlled from a dedicated local control panel located in the local Station Switch-room and monitored from the Subway Operational Control Centre. As any water flow enters the sump from the rebate between the rails and a cross connection between the inner and outer circle tracks. The water is discharged through rising main pipework which discharges to the surface drainage system. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN387795
Annual Pump Maintenance for Subway - Within Glasgow Subway there are 22 Sump locations distributed around the subsurface network and also within the Depot area. With the exception of sump 17, which has three pumps, within these sumps are two pump sets that are configured for Duty/Standby operation with each individual pump capable of discharging the full demand from each sump. There are 45 'Xylem Flygt' submersible pumps that operate within the Subway, controlled from a dedicated local control panel located in the local Station Switch-room and monitored from the Subway Operational Control Centre. As any water flow enters the sump from the rebate between the rails and a cross connection between the inner and outer circle tracks. The water is discharged through rising main pipework which discharges to the surface drainage system.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000611882-2020-06-08T00:00:00Z",
"date": "2020-06-08T00:00:00Z",
"ocid": "ocds-r6ebe6-0000611882",
"initiationType": "tender",
"parties": [
{
"id": "org-84",
"name": "Strathclyde Partnership for Transport (UTILITIES)",
"identifier": {
"legalName": "Strathclyde Partnership for Transport (UTILITIES)"
},
"address": {
"streetAddress": "131, St Vincent Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 5JF"
},
"contactPoint": {
"email": "procurement@spt.co.uk",
"telephone": "+44 1413333738",
"faxNumber": "+44 1413333224",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "http://www.spt.co.uk"
}
},
{
"id": "org-85",
"name": "Glasgow Sherriff and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sherriff and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Clerk's Office",
"locality": "GLASGOW",
"postalCode": "G5 9DA"
},
"contactPoint": {
"email": "enquiries@scotcourts.gov.uk",
"telephone": "+44 1314443300",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-86",
"name": "SPT",
"identifier": {
"legalName": "SPT"
},
"address": {
"streetAddress": "131 St Vincent Street",
"locality": "GLASGOW",
"postalCode": "G2 5JF"
},
"contactPoint": {
"email": "procurement@spt.co.uk",
"url": "http://"
},
"roles": [
"mediationBody"
]
},
{
"id": "org-303",
"name": "Strathclyde Partnership for Transport (UTILITIES)",
"identifier": {
"legalName": "Strathclyde Partnership for Transport (UTILITIES)"
},
"address": {
"streetAddress": "131, St Vincent Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 5JF"
},
"contactPoint": {
"email": "procurement@spt.co.uk",
"telephone": "+44 1413333738",
"faxNumber": "+44 1413333224",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "http://www.spt.co.uk"
}
},
{
"id": "org-304",
"name": "WGM Engineering Ltd",
"identifier": {
"legalName": "WGM Engineering Ltd"
},
"address": {
"streetAddress": "157 Woodville Street, 1 Albion coutrt Ibrox Businees Park",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G512RQ"
},
"contactPoint": {
"email": "nicholas.stanfield@wgmengineering.co.uk",
"telephone": "+44 1506433411"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-297",
"name": "Glasgow Sheriff and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Clerk's Office",
"locality": "1 Carlton Place",
"postalCode": "G5 9DA"
},
"contactPoint": {
"telephone": "+44 1414298888",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-305",
"name": "SPT",
"identifier": {
"legalName": "SPT"
},
"address": {
"streetAddress": "131 St Vincent Street",
"locality": "GLASGOW",
"postalCode": "G2 5JF"
},
"contactPoint": {
"email": "procurement@spt.co.uk",
"url": "http://"
},
"roles": [
"mediationBody"
]
}
],
"buyer": {
"name": "Strathclyde Partnership for Transport (UTILITIES)",
"id": "org-303"
},
"tender": {
"id": "19-226",
"title": "Annual Pump Maintenance for Subway",
"description": "Within Glasgow Subway there are 22 Sump locations distributed around the subsurface network and also within the Depot area. With the exception of sump 17, which has three pumps, within these sumps are two pump sets that are configured for Duty/Standby operation with each individual pump capable of discharging the full demand from each sump. There are 45 'Xylem Flygt' submersible pumps that operate within the Subway, controlled from a dedicated local control panel located in the local Station Switch-room and monitored from the Subway Operational Control Centre. As any water flow enters the sump from the rebate between the rails and a cross connection between the inner and outer circle tracks. The water is discharged through rising main pipework which discharges to the surface drainage system.",
"status": "complete",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "Glasgow Subway"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-02-14T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-02-14T12:00:00Z"
},
"documents": [
{
"id": "JAN378248",
"documentType": "contractNotice",
"title": "Annual Pump Maintenance for Subway",
"description": "Within Glasgow Subway there are 22 Sump locations distributed around the subsurface network and also within the Depot area. With the exception of sump 17, which has three pumps, within these sumps are two pump sets that are configured for Duty/Standby operation with each individual pump capable of discharging the full demand from each sump. There are 45 'Xylem Flygt' submersible pumps that operate within the Subway, controlled from a dedicated local control panel located in the local Station Switch-room and monitored from the Subway Operational Control Centre. As any water flow enters the sump from the rebate between the rails and a cross connection between the inner and outer circle tracks. The water is discharged through rising main pipework which discharges to the surface drainage system.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN378248",
"format": "text/html"
},
{
"id": "JUN387795",
"documentType": "awardNotice",
"title": "Annual Pump Maintenance for Subway",
"description": "Within Glasgow Subway there are 22 Sump locations distributed around the subsurface network and also within the Depot area. With the exception of sump 17, which has three pumps, within these sumps are two pump sets that are configured for Duty/Standby operation with each individual pump capable of discharging the full demand from each sump. There are 45 'Xylem Flygt' submersible pumps that operate within the Subway, controlled from a dedicated local control panel located in the local Station Switch-room and monitored from the Subway Operational Control Centre. As any water flow enters the sump from the rebate between the rails and a cross connection between the inner and outer circle tracks. The water is discharged through rising main pipework which discharges to the surface drainage system.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN387795",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Single Stage procurement The following weightings will be used to determine the most economically advantageous tender: Quality (Technical) 60% Price (Commercial) 40%",
"status": "complete",
"options": {
"description": "remedial works following site maintenance. SPT reserve the right to approach the supplier for any other similar work over the life of the contract"
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "3 years with SPT option to extend by a further 24 months subject to satisfactory performance, financial standing and availability of funding"
}
}
],
"bidOpening": {
"date": "2020-02-14T12:00:00Z",
"address": {
"streetAddress": "GLASGOW"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Tenderer should note that the Liquidated damages are applicable as per the Conditions of Contract. These are capped at 10% of the contract value and SPT reserve the right to terminate once the cap is reached."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "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. The following list is not exhaustive and other criteria may be considered where proposed: - Would the bidder have passed the checks if prior year accounts had been used? - Were any of the poor ratio appraisal outcomes \"marginal\"? - Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? - Does the bidder have sufficient reserves to sustain losses for a number of years? - Does the bidder have a healthy cashflow? - Is the bidder profitable enough to finance the interest on its debt? - Is most of the bidder's debt owed to group companies? - Is the bidder's debt due to be repaid over a number of years, and affordable? - Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? - Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? - Can and will the bidder provide a Parent Company Guarantee? - Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? Where the bidder is either recommended to be progressed to ITT stage in a Restricted tender or otherwise recommended for award, we will as appropriate seek to verify the information provided via either DBAi or we will request submission of and assess the bidders financial accounts and any other supporting information provided. Please note that a Failure Score below 51 or where SPT have reviewed your accounts and any supporting evidence and have deemed your organisation to be at a high risk of failure, your submission will be considered as having not met the required criteria, will be dismissed and not taken forward for further evaluation.",
"minimum": "The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims. Professional Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5000000 GBP in respect of each claim, without limit to the number of claims."
},
{
"type": "technical",
"description": "Please provide a minimum of two references of contracts which are of similar nature to all elements of this contract.(as described in the contract notice) Reference should be either current or within award over the last three years and must include as a minimum the following for each reference: A) Contract value B) Contract Duration C) Description of services provided"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2020-04-01T00:00:00Z"
}
},
"classification": {
"id": "50000000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "2025"
}
},
"language": "EN",
"description": "3 years with SPT option to extend by a further 24 months subject to satisfactory performance, financial standing and availability of funding SPT reserve the right to approach the contractor for any other similar work over the life of the contract (SC Ref:621475)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000611882"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000611882"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "19-226",
"suppliers": [
{
"id": "org-304",
"name": "WGM Engineering Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "19-226",
"awardID": "19-226",
"status": "active",
"value": {
"amount": 56157.39,
"currency": "GBP"
},
"dateSigned": "2020-06-05T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1153",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "1154",
"measure": "smeBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "1155",
"measure": "foreignBidsFromEU",
"value": 4,
"relatedLot": "1"
},
{
"id": "1156",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1157",
"measure": "electronicBids",
"value": 0,
"relatedLot": "1"
}
]
}
}