Section one: Contracting authority
one.1) Name and addresses
GOVIA THAMELINK RAILWAY LIMITED
24 Monument Street
London
EC3R 8AJ
Contact
Mark Abrahams
Telephone
+44 7830491153
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Railway - operating company
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of Rail Replacement Bus Services - Planned and Unplanned
Reference number
GTR0456
two.1.2) Main CPV code
- 60100000 - Road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
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. 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. Please register via www.delta-esourcing.com
two.1.5) Estimated total value
Value excluding VAT: £56,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1: Provision of Rail Replacement Bus Services - Planned
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 60100000 - Road transport services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.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 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.
two.2.5) Award criteria
Quality criterion - Name: Full details as stated in our documents: 50% price, 50% quality. / Weighting: 50
Cost criterion - Name: Full details as stated in our documents: 50% price, 50% quality. / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £50,000,000
two.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
If renewed, this is expected at the end of the contract.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please see our documents for full information.
two.2) Description
two.2.1) Title
Lot 2 - Provision of Rail Replacement Bus Services - Un-planned
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 60100000 - Road transport services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The Provision of Rail Replacement Bus Services - unplanned . Please see our documents for full details. Lot 2 value estimated at £6m over the 5 year life of the contract (i.e. circa £1.2m annually)
two.2.5) Award criteria
Quality criterion - Name: Evaluation weighting 50% cost 50% quality as per our documents / Weighting: 50
Cost criterion - Name: Evaluation weighting 50% cost 50% quality as per our documents / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £6,000,000
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please see our documents for full details.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
Accelerated procedure
Justification:
As permitted by Reg 47 the Utilities Contracts Regulations 2016.
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-032916
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 February 2023
Local time
11:59pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 February 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30 September 2023
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated 5 years from award date.
six.3) Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=754340677" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=754340677
GO Reference: GO-2023126-PRO-21984161
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom