Govia Thameslink Railway Limited (GTR): The Provision of Rail Replacement Bus Services - Planned and Unplanned

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

Notice Summary
Title: The Provision of Rail Replacement Bus Services - Planned and Unplanned
Notice type: Contract Notice
Authority: Govia Thameslink Railway Limited (GTR)
Nature of contract: Services
Procedure: Negotiated
Short Description: GTR are looking to procure a partner to provide PSVAR (Public Service Vehicles Accessibility Regulations) compliant Rail Replacement Bus Services for both planned and unplanned requirements across the GTR network. Please note the end date may be subject to the requirements of the National Rail Contract.
Published: 25/01/2023 18:03

View Full Notice

UK-London: Road transport services.
Section I: Contracting Authority
      I.1) Name and addresses
             GOVIA THAMELINK RAILWAY LIMITED
             24 Monument Street, London, EC3R 8AJ, United Kingdom
             Tel. +44 7830491153, Email: mark.abrahams@gtrailway.com
             Contact: Mark Abrahams
             Main Address: www.bipsolutions.com
             NUTS Code: IE052
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      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: www.bipsolutions.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.bipsolutions.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: The Provision of Rail Replacement Bus Services - Planned and Unplanned       
      Reference Number: GTR0456
      II.1.2) Main CPV Code:
      60100000 - Road transport services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: GTR are looking to procure a partner to provide PSVAR (Public Service Vehicles Accessibility Regulations) compliant Rail Replacement Bus Services for both planned and unplanned requirements across the GTR network. Please note the end date may be subject to the requirements of the National Rail Contract.       
      II.1.5) Estimated total value:
      Value excluding VAT: 50,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      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) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1: Provision of Rail Replacement Bus Services - Planned       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      60100000 - Road transport services.
      
      II.2.3) Place of performance:
      IE052 South-East
      
      II.2.4) Description of procurement: GTR are looking to procure a partner to provide PSVAR (Public Service Vehicles Accessibility Regulations) compliant Rail Replacement Bus Services for both planned and unplanned requirements across the GTR network. The purpose is to run a competitive tender to gain a partner to deliver the Rail Replacement Bus Service and to ensure: - Alignment to GTR's vision/values/strategic pillars, - Robust SLAs/KPIs to drive the right behaviours - Bus tracking technology and real time management information to identify trends and efficiencies, The value of the contract will be (estimated) £10m per annum (subject to demand) for Lot 1 and the contract duration will be for up to 5 years, i.e. £10m x 5 years = £50m estimated.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: As stated in our documents: 50% price 50% quality / Weighting: 50
                        
            Cost criterion - Name: Criterion 1 - total price as per our evaluation documents / Weighting: 50
                              
      II.2.6) Estimated value:
      Value excluding VAT: 50,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: If renewed, this is expected at the end of the contract.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Please see our documents for full information.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 - Provision of Rail Replacement Bus Services - Un-planned       
      Lot No: Lot 2       
      II.2.2) Additional CPV codes:
      60100000 - Road transport services.
      
      II.2.3) Place of performance:
      IE052 South-East
      
      II.2.4) Description of procurement: The Provision of Rail Replacement Bus Services - unplanned . Please see our documents for full details. Lot 2 value estimated at £6m over the 5 year life of the contract (i.e. circa £1.2m annually)
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Evaluation weighting 50% cost 50% quality as per our documents / Weighting: 50
                        
            Cost criterion - Name: Criterion 1 - total cost as per our evaluation document / Weighting: 50
                              
      II.2.6) Estimated value:
      Value excluding VAT: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: At the end of the contract, if at all.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Please see our documents for full details.       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description NEGOTIATED
      IV.1.1) Type of procedure:   
      Justification for the choice of accelerated procedure: As permitted by Reg 47 the Utilities Contracts Regulations 2016.   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   IV.1.5) Information about negotiation: No.
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2022/S 000 - 032916       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 09/02/2023 Time: 23:59
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 15/02/2023       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Until: 30/09/2023
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Estimated 5 years from award date.
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=754126720
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 25/01/2023

Annex A


View any Notice Addenda

View Award Notice