Govia Thameslink Rail (GTR): Provision of a fleet of up to 30 x 4-car EMUs

  Govia Thameslink Rail (GTR) has published this notice through Delta eSourcing

Notice Summary
Title: Provision of a fleet of up to 30 x 4-car EMUs
Notice type: Prior Information Notice
Authority: Govia Thameslink Rail (GTR)
Nature of contract: Not applicable
Procedure: Negotiated with competition
Short Description:
Published: 25/04/2023 14:35

View Full Notice

UK-London: Rolling stock.


Preliminary Questions
   This notice is for prior information only: No
   This notice aims at reducing time-limits for receipt of tenders: No
   This notice is a call for competition: Yes
         
Section I: Contracting Authority

I.1) Name and addresses:
       Govia Thameslink Railway Limited, 7934306
       24, Monument Street, London, SS165AX, United Kingdom
       Tel. +44 7815016610, Email: darren.pallett@gtrailway.com
       Contact: Darren Pallett
       Main Address: https://gtrailway.com/
       NUTS Code: UKI31
      Specifications and additional documents: As Above
I.2) Joint procurement:
   The contract involves joint procurement: No.
   The contract is awarded by a central purchasing body: No .

I.3) Communication       
   The procurement documents are available for unrestricted and full direct access, free of charge, at:              
         
   Further information can be obtained from: address as in Annex A.I    
   Tenders or requests to participate must be sent: to the abovementioned address

I.4) Type of the contracting authority    
   Other type:: Private Utility
I.5) Main activity:    
   Other activity: Rail

Section II: Object

II.1) Scope of the procurement
   II.1.1) Title: Provision of a fleet of up to 30 x 4-car EMUs          
         Reference number: GTR0587          
   II.1.2) Common Procurement Vocabulary:       
      34620000 - Rolling stock.
   II.1.3) Type of contract: SUPPLIES
   II.1.4) Short description:
   Provision of a fleet of between 21, and up to 30 x 4-car EMUs to deliver existing and/or additional Great Northern services. The EMUs must be capable of being powered by 25kV overhead lines, be capable and approved for use at speeds of up to 100mph prior to entering service, and operating in multiples, with a through gangway, of up to three units. Our current fleet is maintained in house at Hornsey Depot supported by a Technical Support and Spares Supply Agreement (“TSSSA”). It is our intention that maintenance provision continues in this manner. The fleet is expected to be available and in use/passenger operation from May 2024.          
   II.1.5) Estimated total value: Not Provided
   II.1.6) Information about lots:
      This contract is divided into lots: No          
      Maximum number of lots that may be awarded to one tenderer: Not Provided       
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not Provided

II.2) Lot Description          
   II.2.2) Additional CPV code(s):       
      34620000 - Rolling stock.       
   II.2.3) Place of performance:       
      Region Codes:               
         UKI5 - Outer London – East and North East    
   II.2.4) Description of the procurement:       
      Provision of a fleet of between 21, and up to 30 x 4-car EMUs to deliver existing and/or additional Great Northern services. The EMUs must be capable of being powered by 25kV overhead lines, be capable and approved for use at speeds of up to 100mph prior to entering service, and operating in multiples, with a through gangway, of up to three units. Our current fleet is maintained in house at Hornsey Depot supported by a Technical Support and Spares Supply Agreement (“TSSSA”). It is our intention that maintenance provision continues in this manner. The fleet is expected to be available and in use/passenger operation from May 2024. The key requirements of the additional vehicles will include (but not be limited to): •compatibility with Great Northern infrastructure •full compliance with all applicable accessibility regulations (PRM NTSN) •capable of operating under AC only or AC/DC dual voltage •vehicle length of 20m •interiors suitable for outer surburban and/or mainline operation •toilets •saloon and cab air conditioning •Selective door operation (“SDO”) / driver controlled/only operation (“DCO” or “DOO”) •1/3 and 2/3 door configuration •capable of being, or have already been, fitted with ETCS level 2 in cab-signalling equipment (to comply with CCS TSI ETCS Baseline B3 Release, GSM-R Baseline 1 - SRS 3.6.0) for use on the East Coast Mainline (“ECML”) in passenger operation for August 2026 •Passenger counting system •Regenerative braking •Fitted with energy meters Interested parties should also note that partaking in this procurement process may not result in any award and suppliers are taking part at their own cost and risk. The issue of the contract notice (or any other procurement document) does not have contractual effect or create any form of contract (implied or otherwise) between GTR and any other person. GTR will not be liable, under any circumstances, for any bid costs, expenditure, work or effort incurred by a Bidder in proceeding with or participating in this procurement, including if the procurement process is terminated or amended at any stage prior to contract execution. GTR reserves the right to amend, modify and/or add further stages to or terminate the process at any stage prior to contract execution, and interested parties should note that any award is subject to approval by the Department of Transport.
   II.2.5) Award Criteria :      
      Price is not the only award criterion and all criteria are stated only in the procurement documents    
   II.2.6) Estimate value
      Value excluding VAT (give figures only) : 48,600,000 - GBP       
   II.2.7) Duration of the contract, framework agreement or dynamic purchasing system                 
      Duration: between 01/05/2024 and 31/03/2028                     
      This contract is subject to renewal : NO        
   II.2.10) Information about variants                 
      Variants will be accepted : NO           
   II.2.11) Information about options                    
      NO           
   II.2.13) Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds : NO           
   II.2.14) Additional information       
      Not Provided
   
Section III: Legal, Economic, Financial And Technical Information

III.1) Conditions for participation
   III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
         Must have experience of leasing EMU's to the rail industry    
   III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
         Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :          
         Not Provided    
   III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
         Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
         Not Provided                  

III.2) Conditions related to the contract    
   III.2.2) Contract performance conditions          
      Not Provided    
      
Section IV: Procedure   

IV.1) Description      
   IV.1.1) Type of procedure                              
         Competitive procedure with negotiation                    
   IV.1.3) Information about a framework agreement or a dynamic purchasing system             
         The procurement involves the establishment of a framework agreement - Not Provided
         In the case of framework agreements justification for any duration exceeding 4 years:                
            Not Provided    
   IV.1.6) Information about electronic auction
         An electronic auction will be used - NO              
   IV.1.8) Information about Government Procurement Agreement (GPA )
         The contract is covered by the Government Procurement Agreement (GPA) - NO
IV.2) Administrative information       
   IV.2.2) Time limit for receipt of expressions of interest          
         Date - 25/05/2023 Local Time - 12:30       
   IV.2.4) Languages in which tenders or requests to participate may be submitted:             
         English                           
   IV.2.5) Scheduled date for start of award procedures: Not Provided    

Section VI: Complementary Information       
VI.2) Information about electronic workflows                        
VI.3) Additional Information:       
   To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=777675000
GO-2023425-PRO-22621826 TKR-2023425-PRO-22621825        
         
VI.4) Procedures For Appeal
   VI.4.1) Body responsible for appeal procedures:
      
             Go-Ahead Group
       Newcastle, United Kingdom    
   VI.4.3) Review procedure
      Precise information on deadline(s) for review procedures:                
         Not Provided       

VI.5) Date Of Dispatch Of This Notice: 25/04/2023

   
ANNEX A    
   
   I) Addresses and contact points from which further information can be obtained:
       Govia Thames Link Railway Ltd
       24, Monument Street, London, EC3R 8AJ, United Kingdom
       Tel. +44 7815016610, Email: darren.pallett@gtrailway.com
       Contact: Darren Pallett
       Main Address: https://www.gtrailway.com
       NUTS Code: UKI31

View any Notice Addenda

View Award Notice