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
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
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