- Scope of the procurement
- Lot 1. Avanti West Coast (AWC) Rail Replacement
- Lot 2. Avanti West Coast (AWC) Taxi Management Services
- Lot 3. Great Western Railway (GWR) Rail Replacement Services
- Lot 4. South Western Railway (SWR) Rail Replacement Services
- Lot 5. TransPennine Express (TPE) Rail Replacement Services (including Hull Trains)
Section one: Contracting entity
one.1) Name and addresses
FIRST RAIL HOLDINGS LIMITED
4th Floor Capital House 25 Chapel Street
London
NW15DH
Contact
Claire Painter
FRH-Procurement.Indirects@firstgroup.com
Telephone
+44 7788924291
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
First Rail Holdings - Provision of Planned, Emergency and Ad-hoc Rail Replacement and Avanti West Coast Taxi Management Services
two.1.2) Main CPV code
- 60100000 - Road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
First Rail Holdings (FRH) will be tendering for the provision of wholly outsourced planned, emergency and ad-hoc rail replacement and taxi management services across rail networks of the following Train Operating Companies (TOC's);
Avanti West Coast (AWC) - includes Rail Replacement and Taxi Management Services
TransPennine Express (including Hull Trains) - Rail Replacement only
Great Western Railway (GWR) - Rail Replacement only
South Western Railway (SWR) - Rail Replacement only
Rail replacement services relate to the movement of rail customers by either coach or bus, whether planned or in an emergency during major train service disruption.
AWC Taxi management services relate to the movement of staff (weekly ongoing services and ad-hoc requirements) and ad-hoc customer movements in times of train service disruption.
two.1.5) Estimated total value
Value excluding VAT: £86,277,500
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
Avanti West Coast (AWC) Rail Replacement
Lot No
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
The entire Avanti West Coast operating area from London to the North West, Glasgow and into Wales.
two.2.4) Description of the procurement
AWC Rail replacement services relate to the movement of rail customers by either coach or bus, whether planned or in an emergency during major train service disruption.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,298,179
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to renew the contract for a period of up to 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Avanti West Coast (AWC) Taxi Management Services
Lot No
2
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The entire Avanti West Coast operating area from London to the North West, Glasgow and into Wales.
two.2.4) Description of the procurement
AWC Taxi management services relate to the movement of staff (weekly ongoing services and ad-hoc requirements) and ad-hoc customer movements in times of train service disruption.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £11,701,821
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend the contract for a period up to 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Great Western Railway (GWR) Rail Replacement Services
Lot No
3
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
The entire Great Western operating area from London to the South/ South West of England and South Wales.
two.2.4) Description of the procurement
Rail replacement services relate to the movement of rail customers by either coach or bus, whether planned or in an emergency during major train service disruption.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £19,605,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend the contract for a period up to 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
South Western Railway (SWR) Rail Replacement Services
Lot No
4
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
The entire South Western Railway operating area from London to the South/ South West of England.
two.2.4) Description of the procurement
Rail replacement services relate to the movement of rail customers by either coach or bus, whether planned or in an emergency during major train service disruption.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £33,305,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend the contract for a period up to 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
TransPennine Express (TPE) Rail Replacement Services (including Hull Trains)
Lot No
5
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
The entire TransPennine Express operating area from Liverpool/ Manchester covering the North East, North West of England and Glasgow/ Edinburgh.
two.2.4) Description of the procurement
Rail replacement services relate to the movement of rail customers by either coach or bus, whether planned or in an emergency during major train service disruption.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £13,367,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to renew the contract for a period up to 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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
14 June 2021
Local time
12:30pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
First Rail Holdings Ltd
London
Country
United Kingdom