Transpennine Trains Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Class 397 Train Services Agreement (TSA) Procurement |
Notice type: | Contract Notice - Utilities |
Authority: | Transpennine Trains Limited |
Nature of contract: | Services |
Procedure: | Negotiated with competition |
Short Description: | TPT is seeking SSQ submissions from suppliers for the provision of high-quality maintenance solutions for the fleet of twelve CAF built five car Class 397 Electric Multiple Units (EMUs). Train maintenance will be provided under a Train Services Agreement (TSA), for the Maintainer to provide train maintenance, stabling, servicing, cleaning and refurbishment services (as required). It should be noted that the vehicle owner will also be a contractual party to the TSA. |
Published: | 21/12/2023 16:39 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Transpennine Trains Limited
Bridgewater House, 58-60 Whitworth Street, Manchester, M1 6LT, United Kingdom
Tel. +44 03300954077, Email: procurement.services@tpexpress.co.uk
Contact: Procurement Department
Main Address: https://www.tpexpress.co.uk/
NUTS Code: UK
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 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: Class 397 Train Services Agreement (TSA) Procurement
Reference Number: Not provided
II.1.2) Main CPV Code:
50222000 - Repair and maintenance services of rolling stock.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: TPT is seeking SSQ submissions from suppliers for the provision of high-quality maintenance solutions for the fleet of twelve CAF built five car Class 397 Electric Multiple Units (EMUs). Train maintenance will be provided under a Train Services Agreement (TSA), for the Maintainer to provide train maintenance, stabling, servicing, cleaning and refurbishment services (as required). It should be noted that the vehicle owner will also be a contractual party to the TSA.
II.1.5) Estimated total value:
Value excluding VAT: 65,000,000
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:
UKM SCOTLAND
UKC NORTH EAST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: TPT is seeking SSQ submissions from suppliers for the provision of high-quality maintenance solutions for the fleet of twelve CAF built five car Class 397 Electric Multiple Units (EMUs). Train maintenance will be provided under a Train Services Agreement (TSA), for the Maintainer to provide train maintenance, stabling, servicing, cleaning and refurbishment services (as required). It should be noted that the vehicle owner will also be a contractual party to the TSA.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Price / Weighting: 40
Cost criterion - Name: Price / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 65,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum 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
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.1.4) 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.2.1) 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 - 029063
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/01/2024 Time: 17:00
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:
Until: 31/08/2024
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
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-Manchester:-Repair-and-maintenance-services-of-rolling-stock.-*Duplicated*/84F8NW9J39
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/84F8NW9J39
VI.4) Procedures for review
VI.4.1) Review body:
Transpennine Trains Limited
Bridgewater House, 58-60 Whitworth Street, Manchester, M1 6LT, United Kingdom
Tel. +44 03300954077, Email: procurement.services@tpexpress.co.uk
Internet address: https://www.tpexpress.co.uk/
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: 21/12/2023
Annex A