Capita: Govia Thameslink Railway (GTR) HARD FM SERVICES

  Capita is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Govia Thameslink Railway (GTR) HARD FM SERVICES
Notice type: Contract Notice - Utilities
Authority: Capita
Nature of contract: Services
Procedure: Restricted
Short Description: GTR is seeking Contractors to undertake reactive maintenance, planned preventative maintenance and statutory inspections at depots, stations, office facilities, train crew accommodation and other locations in line with the Network Rail Access Conditions and to SFG20 specification where relevant. GTR’s requirement is divided into two lots as specified below: •Lot 1: Fleet Infrastructure Depots and Sidings Maintenance •Lot 2: Stations, Offices and Welfare Sites Facilities Maintenance Bidders are welcome to tender for one or both Lots, either as separate contracts, or as a combined contract. The mechanism that determines who the winning bidder is for each Lot will be set out at tender stage.
Published: 15/05/2023 18:28
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Newcastle upon Tyne: Repair and maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Govia Thameslink Rail (GTR) PROCUREMENT OF HARD FM SERVICES
             41-51 Grey Street, Newcastle upon Tyne, NE1 6EE, United Kingdom
             Tel. +44 7547769703, Email: liam.clancy@capita.com
             Contact: Liam Clancy
             Main Address: https://gtrailway.com/
             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/tenders/UK-UK-Newcastle-upon-Tyne:-Repair-and-maintenance-services./84B48QJV79
      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: www.delta-esourcing.com

      I.6) Main activity:
            Railway services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Govia Thameslink Railway (GTR) HARD FM SERVICES       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      50000000 - Repair and maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: GTR is seeking Contractors to undertake reactive maintenance, planned preventative maintenance and statutory inspections at depots, stations, office facilities, train crew accommodation and other locations in line with the Network Rail Access Conditions and to SFG20 specification where relevant. GTR’s requirement is divided into two lots as specified below: •Lot 1: Fleet Infrastructure Depots and Sidings Maintenance •Lot 2: Stations, Offices and Welfare Sites Facilities Maintenance Bidders are welcome to tender for one or both Lots, either as separate contracts, or as a combined contract. The mechanism that determines who the winning bidder is for each Lot will be set out at tender stage.       
      II.1.5) Estimated total value:
      Value excluding VAT: 54,000,000       
      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: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: •Lot 1 and Lot 2 (as separate contracts) OR
•Lot 1 and Lot 2 (as a combined contract).

II.2) Description
   
II.2) Description Lot No. 1
      
      II.2.1) Title: Fleet Infrastructure Depots and Sidings Maintenance       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Lot 1, GTR Fleet Infrastructure Depot and Sidings Maintenance, is to provide for Contractors to undertake reactive maintenance, planned preventative maintenance and statutory inspections at depots, sidings and other miscellaneous locations. The service specification will include building fabric maintenance, mechanical and electrical maintenance, all above and below ground drainage including interceptors, fall arrest, road sweeping, building inspections, CCTV, fire equipment inspections, fixed and mobile platform inspections, lift maintenance and inspection, PAT testing, solar panel maintenance, fire alarm systems, LEV COSHH inspections, HVAC, radiant heating, water systems and sanitary fittings, TM44, and Planned Preventative Maintenance (including statutory compliance) and Reactive Maintenance to depots, sidings and other miscellaneous locations . A full service specification will be published with the ITT.
      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: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 52       
      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 number of candidates: 6
            
      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: The contract's duration is initially for 16 months up to 31st March 2025 from go live in line with GTR’s National Rail Contract (NRC) with optional 1+1+1 year extensions up to the end of the NRC (31st March 2028).       
   
   
II.2) Description Lot No. 2
      
      II.2.1) Title: Stations, Offices and Welfare site Facilities Maintenance       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: This Tender is to provide for Contractors to undertake reactive maintenance, planned preventative maintenance and statutory inspections at stations, train crew accommodation and other miscellaneous locations in line with the Network Rail Access Conditions and to SFG20 specification where relevant. The service specification will include Building fabric maintenance, vegetation control and platform safety lining Planned Preventative Maintenance and Reactive Maintenance to stations, platforms. And Heating Ventilation & Air Conditioning and Electrical Planned Preventative Maintenance and Reactive Maintenance to stations and platforms.
      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: 39,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 52       
      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 number of candidates: 6
            
      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: The contract's duration is initially for 16 months up to 31st March 2025 from go live in line with GTR’s National Rail Contract (NRC) with optional 1+1+1 year extensions up to the end of the NRC (31st March 2028).       
   


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:
       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 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: 15/06/2023 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): 4
      
      

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-Newcastle-upon-Tyne:-Repair-and-maintenance-services./84B48QJV79

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/84B48QJV79
   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: 15/05/2023

Annex A


View any Notice Addenda

View Award Notice