Notice Information
Notice Title
Rail Condition and Profile Management
Notice Description
Strathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow Subway
Lot Information
Lot 1
SPT are seeking a contractor to undertake surveys and works to provide assurance of and improvements to rail conditions within the Glasgow Subway. Activities include: Non-Destructive Testing (NDT), specifically Ultrasonic Testing (UT); Develop, through survey of the Subway track, proposal for rail profile management activities (grinding / milling); and, Implement rail profile management activities. Activities 1 and 2 are fixed scope. Activity 3 is optional. SPT reserves the right to make awards against each activity not at all, once, or on multiple occasions.
Renewal: It envisaged the requirement will be renewed in 4 - 6 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000768131
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN522367
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F6 - Contract Award Notice (Utilities)
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
50220000 - Repair, maintenance and associated services related to railways and other equipment
71631470 - Railway-track inspection services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £187,897 £100K-£500K
Notice Dates
- Publication Date
- 23 Jan 20251 years ago
- Submission Deadline
- 16 Jul 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 16 Jan 20251 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Between four and six years
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
- Not specified
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=JUN507549
Rail Condition and Profile Management - Strathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow Subway -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN522367
Rail Condition and Profile Management - Strathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow Subway
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-r6ebe6-0000768131-2025-01-23T00:00:00Z",
"date": "2025-01-23T00:00:00Z",
"ocid": "ocds-r6ebe6-0000768131",
"initiationType": "tender",
"parties": [
{
"id": "org-3",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "131, St Vincent Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 5JF"
},
"contactPoint": {
"email": "procurement@spt.co.uk",
"url": "http://"
},
"roles": [
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Transport",
"scheme": "TED_CE_ACTIVITY"
}
],
"url": "http://www.spt.co.uk"
}
},
{
"id": "org-2",
"name": "Strathclyde Partnership for Transport (UTILITIES)",
"identifier": {
"legalName": "Strathclyde Partnership for Transport (UTILITIES)"
},
"address": {
"locality": "Glasgow",
"postalCode": "G2 5JF",
"streetAddress": "131, St Vincent Street",
"region": "UKM82"
},
"contactPoint": {
"url": "http://",
"email": "procurement@spt.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.spt.co.uk"
}
},
{
"id": "org-4",
"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",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Transport",
"scheme": "TED_CE_ACTIVITY"
}
],
"url": "http://www.spt.co.uk"
}
},
{
"id": "org-5",
"name": "Vossloh",
"identifier": {
"legalName": "Vossloh"
},
"address": {
"streetAddress": "80a Scotter Road",
"locality": "Scunthorpe",
"region": "UK",
"postalCode": "DN15 8EF"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "Strathclyde Partnership for Transport (UTILITIES)",
"id": "org-4"
},
"tender": {
"id": "24-049",
"title": "Rail Condition and Profile Management",
"description": "Strathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow Subway",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71631470",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2024-07-16T10:00:00Z"
},
"documents": [
{
"id": "JUN507549",
"documentType": "contractNotice",
"title": "Rail Condition and Profile Management",
"description": "Strathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow Subway",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN507549",
"format": "text/html"
},
{
"id": "JAN522367",
"documentType": "awardNotice",
"title": "Rail Condition and Profile Management",
"description": "Strathclyde Partnership for Transport are seeking a contract to provide rail condition and profile management services for Glasgow Subway",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN522367",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "SPT are seeking a contractor to undertake surveys and works to provide assurance of and improvements to rail conditions within the Glasgow Subway. Activities include: Non-Destructive Testing (NDT), specifically Ultrasonic Testing (UT); Develop, through survey of the Subway track, proposal for rail profile management activities (grinding / milling); and, Implement rail profile management activities. Activities 1 and 2 are fixed scope. Activity 3 is optional. SPT reserves the right to make awards against each activity not at all, once, or on multiple occasions.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Activity 1 Methodology",
"description": "25"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It envisaged the requirement will be renewed in 4 - 6 years"
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2024-07-29T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "All tenderers must be ISO 9001 accredited or have an in-house system that adheres to this standard. SPD Question 4A.1 Trade Registers - It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to our satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. SPD Question 4A.2 Authorisation/Membership - Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
},
{
"type": "economic",
"description": "Insurance requirements Duns failure score",
"minimum": "Insurance requirements: Professional Risk Indemnity: GBP5,000,000 Employer's (Compulsory) Liability: GBP5,000,000 Public Liability: GBP5,000,000 Product Liability: GBP5,000,000 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 in the tender documentation) 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."
},
{
"type": "technical",
"description": "The SPD forms the Qualification and Technical Envelope for this tender. SPD Question 4C.1.2 Technical and Professional Ability",
"minimum": "With reference to the nature and details of the supplies/services that are the subject matter of this tender, 3 relevant examples are to be provided of the supplies/services undertaken by the bidder in the last 3 years Bidders will be required to confirm within the ITT (Stage 2, Technical Envelope) whether they intend to subcontract and, if so, for what proportion of the contract"
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "50220000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Between four and six years"
},
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-2",
"description": "This deadline has been extended after a request from an interested party",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-07-16T10:00:00Z"
},
"newValue": {
"date": "2024-07-30T10:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
]
}
]
},
"language": "EN",
"description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. SPD Questions 3A - 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the authority of the self-cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self-cleansing measures undertaken. SPD Question 2.C.1 Reliance on the capacities of other entities Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on Subcontractors on whose capacity the bidder does not rely Bidders who are selected to submit an ITT will be asked whether they intend to subcontract within the ITT (Stage 2) Tender. A shortened version of the SPD covering the exclusion grounds will require to be completed by each Subcontractor so identified and uploaded within the ITT (Stage 2) Technical Envelope. ESPD Question 4A.1 Trade Registers - It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to our satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. THIS CONTRACT HAS BEEN AWARDED TO VOSSLOH RAIL SERVICES DEUTSCHLAND GmbH (SC Ref:788609)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000768131"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000768131"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000768131"
}
],
"noticetype": "OJEU - F6 - Contract Award Notice (Utilities)",
"awards": [
{
"id": "24-049-1",
"suppliers": [
{
"id": "org-5",
"name": "Vossloh"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "24-049-1",
"awardID": "24-049-1",
"status": "active",
"value": {
"amount": 187897.85,
"currency": "GBP"
},
"dateSigned": "2025-01-16T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2024/S 000-018495"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "2",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"value": 2,
"relatedLot": "1"
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"value": 1,
"relatedLot": "1"
},
{
"id": "5",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}