Govia Thameslink Railway Limited (GTR) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Industrial Maintenance Products and Vendor Managed System |
Notice type: | Contract Notice - Utilities |
Authority: | Govia Thameslink Railway Limited (GTR) |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | To provide the supply of industrial maintenance products to all the Engineering Depots using methods such as a vender managed system incorporating the use of vending machines, as well as traditional stockholding system. |
Published: | 31/05/2024 12:03 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Govia Thameslink Railway Limited, 07934306
24 Monument Street, London, EC3R 8AJ, United Kingdom
Tel. +44 7815016809, Email: iwona.stachon@gtrailway.com
Contact: Iwona Stachon
Main Address: https://gtrailway.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/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://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: Provision of Industrial Maintenance Products and Vendor Managed System
Reference Number: GTR0729
II.1.2) Main CPV Code:
44512000 - Miscellaneous hand tools.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: To provide the supply of industrial maintenance products to all the Engineering Depots using methods such as a vender managed system incorporating the use of vending machines, as well as traditional stockholding system.
II.1.5) Estimated total value:
Value excluding VAT: 1,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON
UKH EAST OF ENGLAND
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The supply of industrial maintenance products to all the Engineering Depots using methods such as a vender managed system incorporating the use of vending machines, as well as traditional stockholding system.
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: 1,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Contract can be extended for additional 12 months.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 4
Objective criteria for choosing the limited number of cadidates: As set out within the tender documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Optional extension up to 12 months.
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:
"In accordance with the Utilities Contracts Regulations 2016, applicants will be assessed on the basis of information provided in response to the Selection Questionnaire."
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.1.4) 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:
Not Provided
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.2.2) 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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 8 years: Not Provided
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 01/07/2024 Time: 15:00
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: 3 years
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Miscellaneous-hand-tools./U78S674768
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/U78S674768
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
Strand, London, WC2A 2LL, 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: 31/05/2024
Annex A
View any Notice Addenda
Section I: Contracting Entity
I.1) Name, Addresses and Contact Point(s):
Govia Thameslink Railway Limited, 07934306
24 Monument Street, London, EC3R 8AJ, United Kingdom
Tel. +44 7815016809, Email: iwona.stachon@gtrailway.com
Contact: Iwona Stachon
Main Address: https://gtrailway.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: Provision of Industrial Maintenance Products and Vendor Managed System
Reference number: GTR0729
II.1.2) Main CPV code:
44512000 - Miscellaneous hand tools.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: To provide the supply of industrial maintenance products to all the Engineering Depots using methods such as a vender managed system incorporating the use of vending machines, as well as traditional stockholding system.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Agree to publish? Yes
Value: 2,287,783.28
Currency:GBP
II.2) Description
II.2.1) Title: Not Provided
Lot No: Not Provided
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI - LONDON
UKH - EAST OF ENGLAND
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
LONDON
EAST OF ENGLAND
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: The supply of industrial maintenance products to all the Engineering Depots using methods such as a vender managed system incorporating the use of vending machines, as well as traditional stockholding system.
II.2.11) Information about options
Options: Yes
Description of these options:Optional extension up to 12 months.
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: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: 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: 2024/S 000-017001
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: GTR0729
Lot Number: Not Provided
Title: Provision of Industrial Maintenance Products and Vendor Managed Systems
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/05/2025
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
V.2.6) Price paid for bargain purchases
Value excluding VAT: Not Provided
Currency: Not Provided
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=965497394
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand, London, WC2A 2LL, 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: 24/07/2025