Section one: Contracting authority
one.1) Name and addresses
Merseytravel
No. 1 Mann Island
Liverpool
L3 1BP
Contact
Tender
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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