Tender

Mk IV OH1 Overhaul and SMA Float remanufacture & management

  • Transport for Wales Rail Limited (Utility Buyer)

F05: Contract notice – utilities

Notice identifier: 2022/S 000-004853

Procurement identifier (OCID): ocds-h6vhtk-030a65

Published 21 February 2022, 4:25pm



The closing date and time has been changed to:

31 March 2022, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

Transport for Wales Rail Limited (Utility Buyer)

3 Llys Cadwyn, Pontypridd

Rhondda Cynon Taf

CF37 4TH

Email

tfw.procurement@tfwrail.wales

Telephone

+44 2920720500

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.tfw.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA80566

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.sell2wales.gov.wales

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.sell2wales.gov.wales

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Mk IV OH1 Overhaul and SMA Float remanufacture & management

two.1.2) Main CPV code

  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Transport for Wales Rail Limited (TfWRL) are considering the appointment of an external maintenance agent to deliver all aspects of OH1 examinations on Mark IV Formations including Driving Van Trailers.

This document provides overview of the minimum requirements set by TfWRL regarding the provision of OH1 overhaul alongside the fulfilment of a Spares Access Agreement by a nominated third-party delivery partner.

HD01 HD03 – HD07 Formations, marshalled consists of five individual coaches and a Driving Van Trailer (42 Vehicles), are diagrammed and currently in-service. The Spare Formation, HD99 shall be brought into service soon and is not with certainty the subject of the tender scope, it may be considered optional. In its entirety the Mark IV loco-hauled coaching stock carriages are operated upon behalf of Welsh Ministers to whom Title is assigned.

The contract will be for a duration of 24 months.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Transport for Wales Rail Limited (TfWRL) are considering the appointment of an external maintenance agent to deliver all aspects of OH1 examinations on Mark IV Formations including Driving Van Trailers.

This document provides overview of the minimum requirements set by TfWRL regarding the provision of OH1 overhaul alongside the fulfilment of a Spares Access Agreement by a nominated third-party delivery partner.

HD01 HD03 – HD07 Formations, marshalled consists of five individual coaches and a Driving Van Trailer (42 Vehicles), are diagrammed and currently in-service. The Spare Formation, HD99 shall be brought into service soon and is not with certainty the subject of the tender scope, it may be considered optional. In its entirety the Mark IV loco-hauled coaching stock carriages are operated upon behalf of Welsh Ministers to whom Title is assigned.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Contract will allow option for extension

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


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

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Suppliers must be RISQS accredited


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-000973

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

24 March 2022

Local time

12:00pm

Changed to:

Date

31 March 2022

Local time

12:00pm

See the change notice.

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 March 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 18-24 months

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=118936.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(WA Ref:118936)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom