{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000607995-2020-12-08T00:00:00Z",
    "date": "2020-12-08T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000607995",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-3",
            "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 1413333786",
                "faxNumber": "+44 1413333224",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Railway services",
                        "scheme": "TED_CE_ACTIVITY"
                    }
                ],
                "url": "http://www.spt.co.uk"
            }
        },
        {
            "id": "org-11",
            "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 1413333786",
                "faxNumber": "+44 1413333224",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.spt.co.uk"
            }
        },
        {
            "id": "org-19",
            "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 1413333786",
                "faxNumber": "+44 1413333224",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Railway services",
                        "scheme": "TED_CE_ACTIVITY"
                    }
                ],
                "url": "http://www.spt.co.uk"
            }
        },
        {
            "id": "org-20",
            "name": "Freyssinet Limited",
            "identifier": {
                "legalName": "Freyssinet Limited"
            },
            "address": {
                "streetAddress": "Innovation House,, Euston Way",
                "locality": "Telford",
                "region": "UKG21",
                "postalCode": "TF3 4LT"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-21",
            "name": "SPT - Utilities",
            "identifier": {
                "legalName": "SPT - Utilities"
            },
            "address": {
                "streetAddress": "131, St Vincent Street",
                "locality": "Glasgow",
                "postalCode": "G2 5JF"
            },
            "contactPoint": {
                "telephone": "+44 141333474",
                "url": "http://www.spt.co.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Strathclyde Partnership for Transport (UTILITIES)",
        "id": "org-19"
    },
    "tender": {
        "id": "19-169",
        "title": "Main Contractor For Tunnel Lining Works",
        "description": "Strathclyde Partnership for Transport (SPT) are awarding a contract for repairs to the tunnel lining of the Glasgow Subway",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45221248",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-01-20T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN376160",
                "documentType": "contractNotice",
                "title": "Main Contractor For Tunnel Lining Works",
                "description": "Strathclyde Partnership for Transport (SPT) are seeking to engage with a suitably qualified contractor to carry out repairs to the tunnel lining of the Glasgow Subway",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN376160",
                "format": "text/html"
            },
            {
                "id": "DEC401799",
                "documentType": "awardNotice",
                "title": "Main Contractor For Tunnel Lining Works",
                "description": "Strathclyde Partnership for Transport (SPT) are awarding a contract for repairs to the tunnel lining of the Glasgow Subway",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC401799",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "SPT has undertaken a survey of the condition of the tunnel lining within the Glasgow Subway. This survey identified repair requirements in three categories; urgent, essential and desirable. SPT are now engaging with a suitably qualified contractor who will carry out repairs as SPT instruct over the next five years. There is no guarantee the entire work bank of urgent and essential repairs will be carried out.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Programme",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "options": {
                    "description": "SPT reserve the right to modify the contract to award the following options: Other works to the fabric of the tunnel lining and/or trackbed (including drainage channels, Similar works within crosspassages or station chambers"
                },
                "hasOptions": true,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2020-02-10T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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 SPT's 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."
                },
                {
                    "type": "economic",
                    "description": "With regards ESPD question 4B, SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders. 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, SPT will use the following ratios to evaluate a bidder's financial status. 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.",
                    "minimum": "Bidders with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. In the absence of a Dun and Bradstreet Score, bidders will require to evidence a pass in two out of three financial ratios described. Where 2 out of the 3 ratios cannot be met, we may then take account of other factors 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. All tenderers must have or commit to obtain the following insurances: Failure to use the skill and care normally used by professionals (Professional Indemnity Insurance) in connection with this contract for any one event is 10M GBP (Ten Million GBP) Loss of or damage to property (except the works, Plant and Materials and Equipment) and liability for bodily injury to or death of a person (not an employee of the Contractor) caused by activity in connection with this contract for any one event is 10M GBP (Ten Million GBP) Death of or bodily injury to employees of the Contractor arising out of and in the course of their employment in connection with this contract for any one event is 10M GBP (Ten Million GBP)"
                },
                {
                    "type": "technical",
                    "description": "ESPD question 4A Quality Assurance Schemes - Tenderers must be ISO 9000 compliant either my having the ISO standard or operating an internal quality assurance scheme which works to these standards. The response should outline practices and resources to be employed for control and assurance of workmanship, materials and equipment and for management of non-conformance and changes ESPD question 4D Environmental Management Standards - tenderers must be ISO 14001 compliant either by having the ISO 9000 accreditation of operating an internal quality assurance scheme which works to these standards. ESPD Technical Envelope Question 4C - Provided Two examples of similar tunnel lining works that you have undertaken within the last 5 years on which your role was that of Principal Contractor and worked collaboratively with a designer . Tenderers summarise your scope and identify the duration of the contract and approximate contract value.",
                    "minimum": "ESPD question 4A Quality Assurance Schemes - Tenderers must be ISO 9000 compliant either my having the ISO standard or operating an internal quality assurance scheme which works to these standards. The response should outline practices and resources to be employed for control and assurance of workmanship, materials and equipment and for management of non-conformance and changes. Evidence of all will be awarded a \"pass\" for this question. ESPD question 4D Environmental Management Standards - evidence of compliance required to be provided for a \"pass\" on this question. ESPD Technical Envelope Question 4 - example one will be scored from 0-4 ESPD Technical Envelope Question 4 - example two will be scored from 0-4 SPT reserve the right to exclude any tenderer of either example score 2 or below."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "45221247",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-13",
                "description": "Request for extension",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2020-01-20T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-01-21T10:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 003-003808"
        }
    ],
    "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. ESPD Questions 3A - 3C have been identified as mandatory exclusion grounds and ESPD 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 Council 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. ESPD 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. (SC Ref:638287)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000607995"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000607995"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000607995"
        }
    ],
    "noticetype": "OJEU - F6 - Contract Award Notice (Utilities)",
    "awards": [
        {
            "id": "19-169-1",
            "suppliers": [
                {
                    "id": "org-20",
                    "name": "Freyssinet Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "19-169-1",
            "awardID": "19-169-1",
            "status": "active",
            "dateSigned": "2020-11-13T00:00:00Z"
        }
    ]
}