Govia Thameslink Railway Limited (GTR): The Provision of Rail Replacement Bus Services - Planned and Unplanned, Ref GTR0456 REV

  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, Ref GTR0456 REV
Notice type: Contract Notice - Utilities
Authority: Govia Thameslink Railway Limited (GTR)
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: Public Service Vehicles Accessibility Regulations compliant Rail Replacement Bus Services for both planned and unplanned requirements across the GTR network. Please note the contract end date may be subject to the requirements of the National Rail Contract. This tender process is being carried out in accordance with the Utilities Contracts Regulations 2016
Published: 02/02/2023 22:20

View Full Notice

UK-London: Road transport services. *Duplicated*
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.delta-esourcing.com
             NUTS Code: UKJ
      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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Road-transport-services.-*Duplicated*/K69PRBVV78
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.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.6) Main activity:
            Railway services

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

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Public Service Vehicles Accessibility Regulations compliant Rail Replacement Bus Services for both planned and unplanned requirements across the GTR network. Please note the contract end date may be subject to the requirements of the National Rail Contract. This tender process is being carried out in accordance with the Utilities Contracts Regulations 2016       
      II.1.5) Estimated total value:
      Value excluding VAT: 56,000,000       
      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:
      UKJ SOUTH EAST (ENGLAND)
      
      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 Lot 1 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 for Lot 1.
      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) 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: 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 cadidates: 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: Not provided       
   
   
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:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Lot 2 value estimated at £6m over the 5 year life of the contract (i.e. circa £1.2m per year)
      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) 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, i.e., 5 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: 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: 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:          
      Not Provided       
      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.1.4) Objective rules and criteria for participation
            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.1.6) Deposits and guarantees required:
      As detailed within our documents    
      III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
       Not Provided   
      III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
       Not Provided      
   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_WITH_COMPETITION
      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 - NO              
         In the case of framework agreements justification for any duration exceeding 8 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: 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: 2023/S 000 - 002497       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 20/02/2023 Time: 09:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: At end of contract, if at all, i.e. 5 years.
   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=756834451
   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: 02/02/2023

Annex A


View any Notice Addenda

The Provision of Rail Replacement Bus Services - Planned and Unplanned, Ref GTR0456 REV

UK-London: Road transport services.

Section I: Contracting Entity

   I.1) Name, Addresses and Contact Point(s):
             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.delta-esourcing.com
             NUTS Code: UKJ

   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.6) Main activity:
      Railway services



Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: The Provision of Rail Replacement Bus Services - Planned and Unplanned, Ref GTR0456 REV            
      Reference number: GTR0456 REV

      II.1.2) Main CPV code:
         60100000 - Road transport services.
      

      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Public Service Vehicles Accessibility Regulations compliant Rail Replacement Bus Services for both planned and unplanned requirements across the GTR network. Please note the contract end date may be subject to the requirements of the National Rail Contract. This tender process is being carried out in accordance with the Utilities Contracts Regulations 2016

      II.1.6) Information about lots
         This contract is divided into lots: Yes

      
   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 code(s):
            60100000 - Road transport services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the 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 Lot 1 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 for Lot 1.

      II.2.5) Award criteria:

         Agree to publish? Yes
          Quality criterion - Name: Quality - as stated in our documents / Weighting: 50
                     
         Cost - as stated in our documents - Weighting: 50
                           

      II.2.11) Information about options
         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: Notice number: 2023/S 000-003362 is being cancelled; please refer to Notice number: 2023/S 000-003361 instead.

   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 code(s):
            60100000 - Road transport services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Lot 2 value estimated at £6m over the 5 year life of the contract (i.e. circa £1.2m per year)

      II.2.5) Award criteria:

         Agree to publish? Yes
          Not Provided          

      II.2.11) Information about options
         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: Notice number: 2023/S 000-003362 is being cancelled; please refer to Notice number: 2023/S 000-003361 instead.




Section IV: Procedure

IV.1) Description

   IV.1.1) Type of procedure: Negotiated procedure with prior call for competition


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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: 2023/S 000-002497
            

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No




Section V: Award of contract

Award Of Contract (No.1)
   
   Contract No: GTR0456 REV    
   Lot Number: 1    
   Title: Lot 1: Provision of Rail Replacement Bus Services - Planned

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
             Other reasons (discontinuation of procedure)
               Notice reference (year and document number): 2023 - 3362

Award Of Contract (No.2)
   
   Contract No: GTR0456 [LOT 2]    
   Lot Number: 2    
   Title: Lot 2 - Provision of Rail Replacement Bus Services - Un-planned

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
             Other reasons (discontinuation of procedure)
               Notice reference (year and document number): 2023 - 3362



Section VI: Complementary information

   VI.3) Additional information: Notice number: 2023/S 000-003362 is being cancelled; The Tender will now use Notice number: 2023/S 000-003361 instead. Please refer to Notice number: 2023/S 000-003361.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=757021982

   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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 03/02/2023








The Provision of Rail Replacement Bus Services - Planned and Unplanned, Ref GTR0456 REV

UK-London: Road transport services.

Section I: Contracting Entity

   I.1) Name, Addresses and Contact Point(s):
             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.delta-esourcing.com
             NUTS Code: UKJ

   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.6) Main activity:
      Railway services



Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: The Provision of Rail Replacement Bus Services - Planned and Unplanned, Ref GTR0456 REV            
      Reference number: GTR0456 REV

      II.1.2) Main CPV code:
         60100000 - Road transport services.
      

      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Public Service Vehicles Accessibility Regulations compliant Rail Replacement Bus Services for both planned and unplanned requirements across the GTR network. Please note the contract end date may be subject to the requirements of the National Rail Contract. This tender process is being carried out in accordance with the Utilities Contracts Regulations 2016

      II.1.6) Information about lots
         This contract is divided into lots: Yes

      
   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 code(s):
            60100000 - Road transport services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the 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 Lot 1 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 for Lot 1.

      II.2.5) Award criteria:

         Agree to publish? Yes
          Quality criterion - Name: Full details as stated in our documents / Weighting: 50
                     
         Full details as stated in our documents - Weighting: 50
                           

      II.2.11) Information about options
         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

   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 code(s):
            60100000 - Road transport services.


      II.2.3) Place of performance
      Nuts code:
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Lot 2 value estimated at £6m over the 5 year life of the contract (i.e. circa £1.2m per year)

      II.2.5) Award criteria:

         Agree to publish? Yes
          Not Provided          

      II.2.11) Information about options
         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 IV: Procedure

IV.1) Description

   IV.1.1) Type of procedure: Negotiated procedure with prior call for competition


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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: 2023/S 000-002497
            

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No




Section V: Award of contract

Award Of Contract (No.1)
   
   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Rail Replacement Bus Services - Planned

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
             Other reasons (discontinuation of procedure)
               Notice reference (year and document number): 2023 - 002497

Award Of Contract (No.2)
   
   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Rail Replacement Bus Services - Unplanned

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
             Other reasons (discontinuation of procedure)
               Notice reference (year and document number): 2023 - 002497



Section VI: Complementary information

   VI.3) Additional information: It has become clear through the clarification process that there is potential for bidders to make different interpretations of the SQ requirements and this will mean that GTR will likely have difficulties in evaluating submissions on an equal basis. GTR is also aware of some inconsistencies in the documents issued. GTR will therefore review all documentation to ensure that the requirements are clear and explicit and so that bidders are able to bid on a common basis.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=761721197

   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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 21/02/2023







View Award Notice