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
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