Tender

Rolling Stock Class 777 Moves

  • Merseytravel

F02: Contract notice

Notice identifier: 2021/S 000-004880

Procurement identifier (OCID): ocds-h6vhtk-029a81

Published 10 March 2021, 6:39pm



Section one: Contracting authority

one.1) Name and addresses

Merseytravel

No. 1 Mann Island

Liverpool

L3 1BP

Contact

Tender

Email

tender@merseytravel.gov.uk

Country

United Kingdom

NUTS code

UKD - NORTH WEST (ENGLAND)

Internet address(es)

Main address

http://www.merseytravel.gov.uk/

Buyer's address

http://www.merseytravel.gov.uk/

one.3) Communication

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

www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.the-chest.org.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Public Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Rolling Stock Class 777 Moves

Reference number

DN529564

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Due to a capacity issue on the Merseyrail Electric Network there will be a requirement to move a number of the class 777 units to locations outside of the network. The class 777 units are Electric Multiple units at a length of 65m and consist of 4 cars operated by means of a 750dc 3rd rail. The units will have to be hauled over non-3rd rail electrified lines.

The number of moves required is unknown at present, but it is expected movement from the network will need to commence during the first week in June. The regularity of the required moves will depend upon the number of units delivered to the UK and capacity of the Merseyrail network at the time.

Below are the main points for consideration.

a) Collection and delivery to the Merseyrail network will be to/from the Stadler maintenance depots at either Kirkdale or Birkenhead North.

b) The moves will take place on Sundays (Dates to be confirmed) between 2200hrs and 2359hrs. This could change subject to operational constraints.

c) Shunting duties at the depot(s) must be carried out within the 2-hour slot allocated (between 2200hrs and 2359hrs)

d) The number of moves cannot be determined at this stage.

e) The dates of the moves are estimated as commencing June 2021.

f) Depending on several factors, the number of units to be moved could potentially be up to 24 by the end of December 2021, or more into 2022.

g) Prior to each move driver names are to be provided together with Assessment Records for relevant traction to be used.

h) The delivery locations will be a combination of the following sites;

a) Wolverton, Buckinghamshire

b) Eastleigh, Hampshire

c) Bicester, Oxfordshire

d) Kineton, Warwickshire

e) Warrington, Cheshire

f) Peel Port, Merseyside

Merseytravel request that the following is costed for

a) One move of one class 777 (4 car unit) one-way from/to the Merseyrail Network to/from each of the locations above.

b) One move of two class 777’s (Consisting of 8 cars) one-way from/to the Merseyrail Network to/from each of the locations above.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34000000 - Transport equipment and auxiliary products to transportation

two.2.3) Place of performance

NUTS codes
  • UKD - NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

Due to a capacity issue on the Merseyrail Electric Network there will be a requirement to move a number of the class 777 units to locations outside of the network. The class 777 units are Electric Multiple units at a length of 65m and consist of 4 cars operated by means of a 750dc 3rd rail. The units will have to be hauled over non-3rd rail electrified lines.

The number of moves required is unknown at present, but it is expected movement from the network will need to commence during the first week in June. The regularity of the required moves will depend upon the number of units delivered to the UK and capacity of the Merseyrail network at the time.

Below are the main points for consideration.

a) Collection and delivery to the Merseyrail network will be to/from the Stadler maintenance depots at either Kirkdale or Birkenhead North.

b) The moves will take place on Sundays (Dates to be confirmed) between 2200hrs and 2359hrs. This could change subject to operational constraints.

c) Shunting duties at the depot(s) must be carried out within the 2-hour slot allocated (between 2200hrs and 2359hrs)

d) The number of moves cannot be determined at this stage.

e) The dates of the moves are estimated as commencing June 2021.

f) Depending on several factors, the number of units to be moved could potentially be up to 24 by the end of December 2021, or more into 2022.

g) Prior to each move driver names are to be provided together with Assessment Records for relevant traction to be used.

h) The delivery locations will be a combination of the following sites;

a) Wolverton, Buckinghamshire

b) Eastleigh, Hampshire

c) Bicester, Oxfordshire

d) Kineton, Warwickshire

e) Warrington, Cheshire

f) Peel Port, Merseyside

Merseytravel request that the following is costed for

a) One move of one class 777 (4 car unit) one-way from/to the Merseyrail Network to/from each of the locations above.

b) One move of two class 777’s (Consisting of 8 cars) one-way from/to the Merseyrail Network to/from each of the locations above.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: n/a

Price - Weighting: 100

two.2.6) Estimated value

Value excluding VAT: £800,000

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

Duration in months

30

This contract is subject to renewal

No

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 note the estimated cost is a range between £200k – £800k, the fluctuations are due to the number of moves, the exact locations and timescales are unknown at this stage. The highest value has been used for the purpose of this contract notice.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Bidders must have a Train Operating License

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

Open procedure

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

Date

12 April 2021

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 April 2021

Local time

12:00pm

Place

The Chest

Information about authorised persons and opening procedure

The procurement team on the chest


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Please note the estimated cost is a range between £200k – £800k, the fluctuations are due to the number of moves, the exact locations and timescales are unknown at this stage. The highest value has been used for the purpose of this contract notice.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC2A2LL

Country

United Kingdom